Loading...
HomeMy WebLinkAboutContract 46954 MY SKRETARY q CO, NTRAr,T NW. DAL 1)"CFION'$ COINY FORTWORTH CLIENT DEPArfriffiENTj SCMKED PROJECT MANUAL FOR THE CONSTRUCTION OF Fort Worth Alliance Airport—Extensions for Runway 16R and Taxiway A City Project No. 00960 Betsy Price Tom Higgins Mayor Interim City Manager William R. Welstead, AAE Tom Harris Director, Aviation Department President,Alliance Air Service Volume I - Project Specifications Prepared for The City of Fort Worth Federally Funded August 4, 2015 Issued for Construction JACOBS' Jacobs Engineering Group Inc. TBPE Reg. #62773 777 Main Street Fort Worth, Texas 76102 817-735-6000 1 Robert Schmidt, PE Volume 1: , r : Aw General Conditions, Sections 00 05 10 through 00 73 00, � 6 . General Requirements Sections 01 11 00 through 01 78 39, , � a, „ FAA Mandatory Contract Provisions Sections 1 through 23, I[31 R-f SU-IMIDI- Vess 60006 and FAA General Provisions, Sections 10 through 110 -00 6� ;,i � 01- sr% 1 > .r p emW a Jarrod Parker, PE Volume 2, Sections P-140, G-300, and M-102 .S` oP��Pom�4M%W4+db WUWIk�oIWwauP N'b+qlN @'odti AFIFIU) PM K[ R �7d%W'!"�'OM�W@yflPoIII7V tiR&k 9b Wlp�'Wd QW��OS MN��MIMb,;ry,�q' �" .^;,✓fin Jose Soto, PE OF Volume 2, Sections G-700, P-156, F-162, SS-603, T- f 901, T-904, and T-905 * � 40 H JOSE SGTO � .......... 76246 00 ONAIL . Frank R. Wengler, PE sopQQ Volume 2, Sections P-151, P-152, P-155, P-209, P-403, ���E•I F` Te,gZn P-501, P-602, P-603, P-605, P-610, P-620, P-621, �* .• N41 s D-701, D-751, D-752, and D-754 d...:.................. . ........p 0 FRANK R, WEN ER 57056 ;4� I �Ilnn ONAL �bbbbb�� 5/25/2015 Responsible Engineer's Seals a d Federally Funded IFB Submittal Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX James A. McDonald, PE . , Volume 2, Sections L-105 through L-896 and 16010 through 16950 »» »,»»;,»»»»»»»......... .a..4»»». JAMES A. �Ac L, � John A. Riley, PE ° O!' . Volume 2, Sections 02315 through 05500, 07260 through 07610 �;� ' fk...+..JfJh$� .RILEY .. r (1 Matthew A. Holleb, AIA Volume 2, Sections 06100 through 07212, 07920 WAC through 13130 `� �� �a��.A LU Cr-; i t OX 111-0 •'��� Brodie Heflin, PE OF Volume 2, Sections 15100 through 15865 *. CO e BRODIE B:B. HEFLIN °ss�o 106046 �w460 /C Co Responsible Engineer's Seals b Federally Funded IFB Submittal Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX 1. Jill J. Rankin, PE Volume 3, Sections 02 41 13 through 34 71 13 `0"00** 0",AW JII_..L_ J �ANK Aw S 1"c � uo- ww a a .mow f Responsible Engineer's Seals c Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX 1, (THIS PAGE INTENTIONALLY LEFT BLANK) Responsible Engineer's Seals d Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 - General Conditions Section Title 00 05 10 Mayor and Council Communication 00 05 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 42 Diversity Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 Standard General Conditions of the Construction Contract 00 73 00 Supplementary Conditions to the General Conditions Division 01 - General Requirements Section Title 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3300 Submittals 01 3513 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements Table of Contents i Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements 01 7839 Project Record Documents FAA Mandatory Contract Provisions Section Title MCP-1 Access to Records and Reports MCP-2 Notice of Requirement for Affirmative Action MCP-3 Breach of Contract Terms MCP-4 Buy American Certification MCP-5 General Civil Rights Provisions MCP-6 Civil Rights—Title VI Assurances MCP-7 Clean Air and Water Pollution Control MCP-8 Contract Workhours and Safety Standards Act Requirements MCP-9 Copeland "Anti-Kickback"Act MCP-10 Davis-Bacon Requirements MCP-11 Debarment and Suspension MCP-12 Disadvantaged Business Enterprise MCP-13 Energy Conservation Requirements MCP-14 Equal Opportunity Clause and Specifications MCP-15 Federal Fair Labor Standards Act(Federal Minimum Wage) MCP-16 Lobbying and Influencing Federal Employees MCP-17 Certification of Nonsegregated Facilities MCP-18 Occupational Safety and Health Act of 1970 MCP-19 Right to Inventions MCP-20 Termination of Contract MCP-21 Trade Restriction MCP-22 Texting When Driving MCP-23 Veteran's Preference FAA General Provisions Section Title 10 Definition of Terms 20 Proposal Requirements and Conditions 30 Award And Execution of Contract 40 Scope of Work 50 Control of Work 60 Control of Materials 70 Legal Regulations and Responsibilitiy to Public 80 Prosecution and Progress 90 Measurement and Payment 100 Contractor Quality Control Program 105 Mobilization 110 Method of Estimating Percentage of Material Within Specification Limits(PWL) Table of Contents Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX VOLUME 2 FAA Technical Specifications Section Title P-140 Mobilization M-102 Construction Manager Field Office G-300 Lighted Barricades and Traffic Control G-700 Demolition P-151 Clearing and Grubbing P-152 Excavation and Embankment P-155 Lime-Treated Subgrade P-156 Temporary Air and Water Pollution, Soil Erosion And Siltation Control P-209 Crushed Aggregate Base Course P-403 Plant Mix Bituminous Pavements (Base and Surface Course) P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat P-605 Joint Sealing Filler P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Painting P-621 Saw-Cut Grooves D-701 Pipe for Storm Drain Culverts D-751 Manholes, Catch Basins, Headwalls, and Miscellaneous Drainage Structures D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures D-754 Concrete Gutters, Ditches, and Flumes F-162 Chain-Link Fence SS-603 Irrigation System (Temporary) T-901 Seeding T-904 Sodding T-905 Topsoiling L-105 Installation of FAA Signal and RF Cable L-108 Underground Power Cable for Airports L-109 Installation of Airport Transformer Vault and Vault Equipment L-110 Airport Underground Electrical Duct Banks and Conduits L-115 Electrical Manholes and Junction Structures L-125 Installation of Airport Lighting Systems L-890 Installation of RVR L-891 Installation of Runway ALSF-2 System L-892 150OW Isolation Transformer L-895 Installation of ILS L-896 Installation of PAPI TxDOT 402 Trench Excavation Protection TxDOT 432 Riprap TxDOT 540 Metal Beam Guard Fence Table of Contents Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX NAVAIDs Building Technical Specifications Section Title 02315 Earthwork- Building 03100 Concrete Forms and Accessories 03200 Concrete Reinforcement 03300 Cast-in-Place Concrete 05500 Metal Fabrications 06100 Rough Carpentry 07211 Rigid Insulation 07212 Batt Insulation 07260 Vapor Retarders 07467 Steel Siding 07610 Sheet Metal Roofing and Wall Siding 07920 Sealants and Caulking 08100 Metal Doors and Frames 08710 Door Hardware 09650 Resilient Flooring 09900 Paints and Coatings 10452 Bollards 13130 Summary of NAVAIDS Building Work 15100 Basic Mechanical Requirements 15160 Supporting Provisions 15190 Mechanical Identification 15250 Mechanical Insulation 15484 Fuel Dispensing, Storage and Monitoring Systems 15835 Terminal Heat Transfer Units 15865 Ventilation Fans 16010 Basic Electrical Requirements 16125 Fiber Optic Cable and Equipment— FAA Navaids 16100 Basic Materials and Methods 16130 Raceway and Boxes 16131 Cabinets and Enclosures 16195 Electrical Identification 16210 Electrical Utility Services 16270 Pad-mounted Transformers 16289 Transient Voltage Surge Suppressors 16411 Enclosed Switches 16412 Enclosed Circuit Breakers 16442 Panelboards 16452 Grounding 16461 Dry type Transformers 16491 Fuses 16510 Interior Luminaires 16620 Engine Generator System 16670 Lightning Protection System 16950 Testing Table of Contents iv Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Volume 3 Perimeter Road and Eagle Parkway Technical Specifications Division 02 - Existing Conditions Section Title 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03—Concrete Section Title 03 30 00 Cast-in-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26- Electrical Section Title 26 05 00 Common Work Results for Electrical 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork Section Title 31 1000 Site Clearing 31 2316 Unclassified Excavation 31 2323 Borrow 31 24 00 Embankment 31 2500 Erosion and Sediment Control 31 3700 Riprap Division 32 - Exterior Improvements Section Title 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 3211 23 Flexible Base Courses 3211 29 Lime Treated Base Courses 3211 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters Table of Contents v Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 32 17 23 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydromulching, Seeding and Sodding Division 33— Utilities Section Title 3301 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 3304 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover, and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 3311 05 Bolts, Nuts, and Gaskets 3311 10 Ductile Iron Pipe 3311 11 Ductile Iron Fittings 3311 12 Polyvinyl Chloride (PVC) Pressure Pipe 3311 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 3311 14 Buried Steel Pipe and Fittings 331220 Resilient Seated (Wedge) Gate Valve 331221 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 331240 Fire Hydrants 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3331 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manhole 33 39 20 Precast Concrete Manhole 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 10 Cast-in-Place Storm Drain Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls, Wingwalls, and Safety End Treatments Table of Contents vi Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX - Division 34—Transportation Section 3441 10 Traffic Signals � 344120 Roadway Illumination Assemblies » « 3441 30 Aluminum Signs andSiQn Posts 3471 13 Traffic Control END OF SECTION � ' � � 8 � � � | � o � � Table m Contents Vii � Issued for Construction Extensions for nWY1oR,1oL.and TWYx August 4,uo10 Alliance Airport,Fort Worth,Tx (THIS PAGE INTENTIONALLY LEFT BLANK) Table of Contents viii Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas ® I F`oRT WORTH T COUNCIL ACTION: Approved on 814/2015 DATE: 8/4/2015 REFERENCE NO.: C-27409 LOG NAME: 55AFW RWY EXT& TWY A (00960) PUBLIC CODE: C TYPE: NON-CONSENT HEARING: NO SUBJECT: Authorize Execution of a Three-Phase Contract with The Lane Construction Corporation, in an Amount Up to $61,920,040.43 for Construction of Runway Extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport and Provide Authorization to Proceed with Phase I of the Agreement in the Amount of$35,011,359.01 Consistent with Current Appropriations, Subsequent Phases Subject to Application for and Acceptance of, if Awarded, Additional Grant Funds (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a three-phase contract with The Lane Construction Corporation, in an amount up to $61,920,040.43 for construction of runway extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport and provide authorization to proceed with Phase I of the Agreement in the amount of$35,011,359.01, consistent with current appropriations. DISCUSSION: In 2001, the City of Fort Worth (City) received its first grant from the Federal Aviation Administration (FAA) to begin the Runway Extension Program (Program) at Fort Worth Alliance Airport (Alliance). Over the years, work for the Program has been completed on individual projects as funding has become available through the FAA. These projects have included land acquisition, utility relocation and earthwork as well as the relocation of both Farm-to-Market Road 156 and Burlington Northern Santa Fe (BNSF) Mainline Rail, which run just north of the airport's runways. The work completed to date has been in preparation for the extension of Runways 16L/34R and 16R/34L, as well as Taxiway Alpha to 11,000 feet, which will begin this fall. Upon completion, the estimated cost for the Program will be in the amount of$250,500,000.00. The extension will provide a platform for cargo-laden aircraft to conduct international flight operations from Alliance to destinations around the world. As a result, Federal Express and future cargo operators, based at Alliance, will have the opportunity to serve a global market that will not only enhance potential revenue for the City, but will also promote the future development of the Fort Worth Airport System. On March 27, 2001, (M&C C-18528) the City Council approved an Agreement with Carter and Burgess, Inc., now Jacobs Engineering Group Inc. (Jacobs), for phased program management, design services and other required activities to prepare for construction of runway extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport. Services have been performed in multiple phases under individual agreements as grant funding has become available. To date, the total design and construction management costs for the extension of the runways is the amount of$4,819,897.75 The Program is a multi-phased capital project. The major work to be completed under Phase I will consist of earthwork to bring the areas that were previously FM 156 and BNSF Railroad up to airport grade, allowing for the extension of Runway 16R/34L and to complete the airfield electrical infrastructure. Phase II will consist of some remaining earthwork, the extension of Runway 16L/34R and most of the navigational aids. Phase III will extend Taxiway Alpha, relocate a portion of Eagle http://apps.cfwnet.org/council_packet/me review.asp?ID=21294&councildate=8/4/2015 8/13/2015 M&C Review Page 2 of 3 Parkway and the perimeter road on the airport. Phase I is fully funded using previously appropriated FAA grant funds. Phases II and III are incorporated into the recommended construction contract, although there is insufficient funding at this time to complete these phases. Construction of Phases II and III will not commence until the City receives grant funds from the FAA sufficient to fund each respective phase. The City anticipates funding in an amount up to $20,000,000.00 in years 2016 and 2017 to complete Phases II and III. In the event no funds are received from the FAA, or insufficient funds are appropriated and budgeted or are otherwise unavailable, the City may terminate this contract except to the portions for which funds have been appropriated. Phase 1 Construction $35,011,359.01 Phase II Construction $16,027,753.98 Phase III Construction 1$10,880,927.44 Total All Phases $61,920,040.43 The project was advertised for bid in the Fort Worth Star-Telegram on May 28, 2015 and June 4, 2015. On July 9, 2015, the following bids were received: Bidder Base Bid The Lane Construction $61,920,040.43 Corporation Mario Sinacola and Sons $65,721,628.65 Austin Bridge & Road $84,862,303.90 Time of completion: Phase 1, 487 calendar days after the date when the contract time commences. Phase II, if awarded, 791 calendar days after the date when the contract time commences. Phase III, if awarded, 852 calendar days after the date when contract time commences. Upon approval of this Mayor and Council Communication, appropriations for the Program at Alliance will consist of the following: Design Agreement, Jacobs Engineering Group, Inc, $4,819,897.75 (Encumbered) Construction Agreement Phase 1, The Lane Construction $35,011,359.01 Corporation Total Project Appropriations $39,831,256.76 Funding for runway extension design, construction and other project costs are as follows: AIRPORT GRANTS EXISTING ENCUMBRANCES/ REMAINING FUND APPROPRIATION EXPENDITURES 11BALANCE Alliance Runway Extension Project $76,504,019.00 $32,622,826.75 $43,881,192.25 (multiple grants) Staff recommends that a contract be awarded to The Lane Construction Corporation, for this work. FAA grant funds will be used for this project. Existing land credits will be used for the City's 10 percent in-kind match. M/WBE OFFICE—The Lane Construction Corporation, is in compliance with the City's DBE program by committing to 23 percent DBE participation on this project. The City's DBE goal on this project is http://apps.cfwnet.org/council_packet/mc review.asp?ID=21294&councildate=8/4/2015 8/13/2015 M&C Review Page 3 of 3 23 percent. Alliance Airport is located in COUNCIL DISTRICT 7, Mapsco 48P. FISCAL INFORMATION/CERTIFICATION: The Fiscal Year 2015 budget included appropriations in the amount of$76,504,019.00 in the Airport Grants Fund for runway improvements. As of July 16, 2015, the amount of$32,622,826.75 has been expended leaving a balance amount of$43,881,192.25 of appropriations that have not been expended. Upon approval of this recommendation, the Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund.. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 5XXXXX 055218603800 $4,640,615.36 GR14 5XXXXX 055218541800 $7,665,506.00 GR14 5XXXXX 055218517800 $2,169,009.85 GR14 5XXXXX 055218451800 $3,817,873.61 GR14 5XXXXX 055218339800 $1.234,486.93 GR14 5XXXXX 055218634800 $7.214,174.73 GR14 5XXXXX 055218702800 $8,269,692.53 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Bill Welstead (5402) Anne-Marie Stowe (5415) Additional Information Contact: James Burris (5403) ATTACHMENTS Alliance RW.pdf http://apps.cfwnet.org/council_packet/Me review.asp?ID=21294&councildate=8/4/2015 8/13/2015 JACOBS" Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 1 June 3, 2015 1. Plan Sheet Modifications a. Plan Sheets G-109, G-110 and G-111 were unintentionally omitted from AFW— IFB Volume 1_1 of 4. Those plan sheets are attached here. 1 JACOBS Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 2 June 12, 2015 Contractor Open House (' In a continuing effort to inform and assist the Contractor community, the City of Fort Worth and Alliance Airport is inviting all Contractors to an "Open House" in the Tarrant County College space located in an office building at 13600 Heritage Parkway, Suite 100, Fort Worth, Texas, 76177, on Thursday, June 18`h from 8:30 AM— 10:30 AM. Representatives from the City of Fort Worth, Alliance Airport and the Engineering Design Team will be available to answer questions regarding the RW extension construction project being considered. This meeting is an informal "come and go" event and is not mandatory, but encouraged. Below are responses to questions received thus far on the project for additional information and review. Contractor Questions 1. Will electronic files for earthwork (either cross-section XSR or AutoCAD DWG) be made available to Contractors prior to the bid? Ear°,tlhwork cross sections are provident li41 the plans„ elllectrorr'ic files wifll be provide to successful bidder... 2. The link provided for the Roadway and Pedestrian Lighting prequalification appears to be the same link provided for the paving prequalification. All Ilprequahf'ic.atrorr inforr°rmation is attached in the addermdurn (Fr°onn Voluirvie 1; 00 43 11 Bidders Piregualificatiorm s, 00 Eff 12 pregualif catloin Staleineurrt, 00 4,0 13 tfrdder° Ill rr rgrrall1figaflon Application), including the roadway and pedestrian 1glrtiiirng puregUalrfrcaborrm rerufrrrren°meormts. 3. Is the prequalification required to be submitted with the bid? "Y here are two (2) irm teprrendent prequalificat'ions for this project; ourre (l) for the Eagle 1m ark ay portion avid one (1) for the airfield electrical For items pertairrui°purrfml to Eagle Parkway: Per f 1pecificatiorm 00 43 11 lten°m 1 "'I"'fine f information must be submitted seven (7) daps prior to the date of the opening bids."'l°°nor° items pertaining to Section 3.3,,6 of Specificnatiorm 00 21 13, shall1 be sr,mtmirrmiirtted with 'the lm'id. r i r 'r 4. If a Prime Contractor is going to Subcontract out the airfield electrical and communications work, is it acceptable that the Prime Contractor does not have the electrical prequalification if his electrical Subcontractor does? Yes 5. Evidence of having completed airfield electrical work greater than $500,000 within the last five years is required. When is this evidence required? Is it acceptable that the Contractor was the Prime on the project but subcontracted out the airfield electrical package? The evidence is required to be submitted with the bid, Contractor must have self-performed at least:$500,000 of airfield electrical work wltlhirm the last five years or have a subcontractor who meets time requirements. 6. Is it permissible for the Contractor to create an excel spread sheet that resembles the proposal form for the purpose of submitting the bid? The Contractor is to use the ex.cei spreadsheet Ibid form as provided on the City vebs'ite (BuzzSaw). rlia �tirt I r ;� Ir? �Na mxPf a �✓ of a Il��it a Ir aaPau G 2 ed /00 960"''X620- /% 0AMan a'/62/�9m�ygq��,gr�a p&;'�y"�1/gV—)011,1,,2043%2013��L�lrLL.)O �Ql.q° ;����^^�y9Ea�a�.;gl,iss oruil 6�"/'�20 Olrlii'rac'e"o�?��9Do(.s/l 2"°"`/"22C9.`q�q.6q�p ea...Pfi catI�.�V�I°"b/�tl4.d1V62N.A"^C C��PY"4.d'�L.0 N N„gQN�Yq'XG'�M.NMha".hry�Sd.�A,N43 00%2043%2037 nw..00%2045%2012..'00 �1 /"5 b Cb ._ Nr ly2@[- -o- I.L _ll�Itir Q� ork.��ook xll>. 7. Does the Pavement Marking/Signing Sub have to be prequalified? This was not mentioned with the other Prequalification requirements. If so, is there an amount? No, Spec'ificat'ion 00 45 12 has been revised to remove Pavement Marking S'ignage Improvements ments from the table. 8. On page 00 45 12-1 in the bidding proposal they list the work categories that must have a prequalified contractor. The categories listed are: Roadway Paving Utility Improvements Pavement Markings and Signage Street Lighting a. Yet in sheet 00 45 13-2 and 13-3 for the major work categories eligible for pre- qualification, there is no mention of Pavement Markings and Signs. How can a prequalified subcontractor be submitted when there is no prequalification category for which to qualify? Specification 00 45 12 has been revised to remove Pavement arlking/Signage Improvements from the table. b. The category for street lighting, which is stated as being necessary for this project, seems out of place, since the majority of the work by far is Airfield lighting and just because a subcontractor can pre-qualify for Roadway lighting does not translate into a pre-qualification for Airfield lighting and Nav-aids. I lie pm°egUaliflcation for roadway Illighting is a standard regwrirement ftr°allllll megneuEr°merrrt Worth pro' 5 E o f Specification ll g�Vm� rwt°1 flire�re its ar°'u addltiionalll t'lty 0 21 13 that the Contractor rawest have selllf­perforrrmed at Illeast $500,000 of airfield electrical work within the last five years or, l°mave a swrlbcoiNmutractor who urrmoets the requ firernents. rhis drrcrriurmreurmtatlon slra 111 be srubrnCutted witl°m the bid 9. Is the prequalification process required for the airfield work? 1)rmegUalliiflcatlioiwru is regUiired for airfield electtrlcal work aird sllhall be suebrnitted w'hUtu tlhe bide 10. Final acceptance is listed as 487 days. Page 36 of the Agreement PDF lists 487 days for Phase 1, but 852 days for completion of Phase 3. Please clarify that the agreement will include 852 days or language similar to page 36. b liis anticipated that the lrilt�ial award for this project will be for Phase 1 onllly with a final acceptance of 487 calendar days... If funding penwroirts the award of Phase 2 mend or Phase 3,, the duiratiiion in the agreeurrrent will be riodified 1prior to contract execution,rn, Othwerwise, cor tract tlrne w llll be a rier"ded wrmheiru Plllrase 2 and Phase llili are awarded after ewrecuwrtion 4,rf the agreernent. 11. Is it possible to get CAD files for this project? CAD files will be provide t:o semccesst'r.ui bidder 12. The drawings that were posted are not to scale and it makes takeoff very difficult on drawings that are not to scale. l0eviserl plarru slllmeets t���K-001, C17-002., C10-107-11-1 thurorw,gh CK,122 211f„ C15-003, CK-004, CD-001 throu.rghr CD-123-2L, CU­001 throngllim CIJ-140­3C, CP-107-1f11 through CIi' -013, ClF-001 through CG-004, and CS-001 through CS-005 acre irecluwuded in this addendeurn 13. There is no removal bid item for the MSE retaining wall. Will there be a bid item for this and will it be in the Phase 2 list of items? A r°'evised bid schedule will be issued in a subsequent addeurwe°lr.wrn, However, this iten°uu is inch,ided in pay ltenw G­700-4.17 Demolish Lighting Elevated l latforn'i, Jersey Barriers and Retaining Wall raid G-70&­4.20 Dernolish Al SF- 2fLOC Shelter, Equwmlrwrmmermt leads, arid Surrounding (Retaining Wall m r r JACOBS 14. The Railroad demo is all in the Phase 1 bid items, yet there is some that is directly tied to Phase 3. Does the quantity given in the Phase 1 items represent all that is required for Phases 1, 2 and 3? Railroad dernolition is included in Phase 'I (G-700-4.23). The portion of railroad dernofition within Eagle Parkway is incidental to bid itern 0241.1000 Remove Concrete Pavement, 15. In Spec P-140: Mobilization, is the maximum bid 5% or 10% of the total contract? It says both in the documents 5% is correct 16. Is there existing phone service back to the proposed staging area? Unknowrr, Contractor to assume that there is no phone service available at the stagirig area 17. The cross sections show several areas where there is excavation, yet the only bid item is unsuitable excavation. Will there be a bid item for excavation? No, paragraph 152-2.6 Forrviation of Embankments (Plage P-152-7) states: "Payment fir compacted embankment will be made under embankment in- place and no payment will be made for excavation, borrow, or other items with the c-..,u,xcepfioti of unsuitable eKcavadon."' 18. Is the Verizon duct shown on Sheet CD-109 IJ supposed to be removed? No, shown for inforrnational purposes only 19. Is the embankment material provided by the Owner or is it the responsibility of the Contractor? No, the borrow material necessairy is the responsibihty of the Contractor. 20. Does the owner have a borrow pit or is it up to the contractor to locate and provide borrow? No, the borrow rnaterial necessary is the responsibility of the Contractor. 21. Is a Conflict of Interest form required Yes, Section 00 35 13 Conflict of Interest Affidavit is required to be submitted with the bid. 22. Would an aluminum pipe system be allowed for the temporary irrigation, rather than the PVC that is in the specifications? Material substituflon mfould be considered with a proper submittai. I„ 23. The specifications require sprinkler heads that distribute up to 150 feet. Those do not exist. How is the Contractor to water the areas that cannot be reached by the sprinkler system? P Fngmneeir has Idemmtmf ed at least one piri nay � a tuire by S'i����rre mmlmler head mmmiarmrrf�w � which has the capacity tier coveir° distainces great thamm 130 foot radmusm Tll.me intent of the desl gn is to not allow any slpr'inkleir heads wltlmliu°m tll°me (Runway Safet°.y Area (RSA) All otI°meur areas outside of ffme IySA can use clo sear spacing. 24. Is the contractor required to hold the bid prices for the 489 days of Phase 2 as well as the 700 days of Phase 3? � Yes, however, the City of I1:'or°t°Woirflh rrrmay award F114ma seer 2 and 3 earlier if funding becomes available. It 'ls anticipated that (Phase 2 fuuurmdirmg will be received before before e utenbem 30, 2016. Phase III furmflnd will be received before August 1 2017 25. Are there any items on Highway 156 that need to be removed that are located in the RSA? No work on IHighway °156 falls wltlmliin the RSA of either runway., i< 26. Is the contractor required to hold their price for materials throughout the entire project, through 2017? 'Yes, however, the City of Fort rWtf mwa y award Phases 2 and 3 eaidle t it furmdim°m,g becomes available, It is anticipated that Phase 2 fundiiiurg will be orecelved Illwefoure Septemmbeir° 30, 20`16 IPlrase III fUnd'ing w'i111111 fllkely be avallal�)le within the tlrne stated in the contract documents. 27. Why is the perimeter road in Phase 3? ii fi Peir,im�eter road will be constructed form PI-iiasee 3 due to furmd'lirmg availability and to avoid dariinage on a renew road during the coirmstruct.m0w111 Ii3r,o,c.ess. r, 28. How is the contractor supposed to perform the earthwork in Phase 1 and tear out the ALSF shelter? The new Ai SF/ OOC sI°welter is being constrrmcted as an early work item in Phase, 1, Per Section 70-13, Opening Sections of Work to Tira fiic, time new Al,.Slt'' Eguipm°rment Bu'Ildimrug must be completed by Deceinbe it 31, 2015 to Ipermit the FAA to ' cornmmssiequipment mil a20°t0m 3ernoltion of fhe existing AL F/ OC shelter may b coinrprmtedteu egulprurment Is relocated to the new AL.SF OOC shelter„ and the equip merit is 1 oper°aflonal (February 3, 2016)w 29. There is a conflict between the plans and specs about what is being called Phase 1 and what is being called Phase 2. Can you please clarify? I; I"wfmase 1 consist of exteurmsion Runway 16R, the mwrmaJority of them earthwork, drrahnage, and ah''If mld electrical Irrirfmmastructur°ew phase 2 includes the extension 1' ,I r JACOBS of Runway 16L., arid relocation of the I VAIDS. P[wase 3 iricludes the exteinsic)n of Taxiway A, relocation of Eagle Parkway, and the Perimeter Road. 30. Is the work in Phase 1 located within the RSA? With the exception of the relocating the displaced threshold and the associated activities, no work will be performed in the RSA of either runway during Rhase 1. 31. Can the contractors get plans that are to scale? Yes, CK-001, CK-002, C1 -10 through CK-122-2K, CK 003, CK-004, CD-001 through C'D 423-2L, CU-001 through CU-140-3K, QR-107-1H through GP-013, CF-001 through CG-004, and CS-001 through CS-005 are included in this addendurn 32. There are specific calendar dates for milestones called out. Do these dates apply and will liquidated damages apply to milestone dates? Yes, Ibotlh calendar dates and the milestone dates apply and are necessary to meet FAA instrUment procedure chart date requirements Liquidated darnages are applied to both calendar day and milestone date requirements as rioted in Section 70-11 33. Is Jacobs rechecking quantities to ensure there is dirt between phases? Yes, a irevised Ibid schedule will be issued in a subsequent addendum. 34. If the funding for Phase 2 does not come through, will the contractor be allowed to finish the work on Phase 1? Yes, the Contractor will be allowed to complete Ml the work that is rewarded ill the contract 35. Is there an Engineer's Estimate that can be distributed? Yes, there is an Engineer's Estimate; the Owrwr is considering release. 36. If the contractor provides a price for a bid item in Phase 1 and that bid item of work does not show in Phase 2, and for some reason that item of work needs to be performed in Phase 2, does the contractor get to submit a change order and revise the price and add the bid item to that phase? The bid schedule is being revised to rnore closely correspond with the quantifies required for each phase. A, revised bid schedule will be issued in a Subsequent addendurn If a bid item is not inch,ided in Rhases 2 or 3, but is included in Phase 1, it is the Owner's intention to complete the work in Phase I C n k 37. Plan sheet G-109 indicates that there is an existing AOA fence in area A that temporary AOA fence is to be tied into. There is actually no existing AOA fence in the location as indicated. Please clarify. Une woirk shown as existing fence AOA shouuld be bold (Mdiicatliing trr°ollrosed( Main Sheet G�1 09 has been revised and is included fin this Adder°mdunm 38. Will you provide as-built drawings for the existing elevated platform and retaining wall at the north end of Runway 16L-34R? IFrrg'irueer will attempt to locate the urecord drawings as requested, 39. After reviewing the Bid Schedules and understanding the overall project schedule we are requesting the item "Construction Manager Field Office"to added to the Phase 2, and Phase 3 Bid Schedules, The Office will be set up in the Phase 1 portion of the project and paid under Item 1 of the Phase 1 Bid Schedule, what we need are items for the operating cost after the completion of the first phase. a. Phase 2 Bid Schedule—please add an item for Construction Manager Field Office Added, a revised lbid schedule will be issued in a subsequent addeurmdurr°n b. Phase 3 Bid Schedule— please add an item for Construction Manager Field Office Added, a urevised bid schedule wliillll be issued 'iun a subsequent addendum 40. After reviewing the Bid Schedules and understanding the overall project phasing we r are requesting that two items to added to the Phase 2, and Phase 3 Bid Schedules, Per the phasing and sequence plan we will need Barricades and Warring Lights in these phase also and they will not commence until after Phase 1 is complete. a. Phase 2 Bid Schedule— please add an item Construction Barricade Placement& Traffic Control Added, a revised bid schedule will be 'isSued iin a subsequent addeindu.urn b. Phase 3 Bid Schedule— please add an item Construction Barricade Placement&Traffic Control Added, a ircvised bid schedule will be issued in a subsequent addendum c. Phase 2 Bid Schedule— Please add an item for Lighted Runway Closure Marker Installation Added, a remised bid schedule md0Ubeissued in a subsequent addendum d. Phase 3 Bid Schedule— Please add an item for Lighted Runway Closure Marker Installation Added, arevised bid schedule will be issued Un a subsequent addendUmm 41.After attending the Pnabidon June 10th. the process of how the project ietobabid and awarded is now understandable. We are requesting that the Bid Date be delayed at least 2 weeks. There are several reasons for this request, as stated below. o. Asvve proceed vve will need to review our takeoffs and rearrange them tnbe in line with the Bid Schedules. b. Contact DBE's on the approved list and inform and support them with understand the bid and award process for this project c. Reviewing the Questions and Answers from the Addendum due out onJune 11th. and responding tothem The Ownw, �is considering. 42. There is on item in Bid Schedule Phase 2 for the removal of the Blast Pad for Runway 10L-34R' Please provide and item for this scope ufwork. This is part of bid Ktern G~700~4.17 Summary of Revised Plan Sheets 1. All sheets listed below are replaced in their entirety to correct a print scaling issue CK-001. CK-O02. {}K-1O7-1H through CK-122-2K. CK-003. CK-004. CO-OO1 through CO-123-2L. CU-001 through CU-1 40-3K, CPA 07-1H through CP-013. {|F-001 through CG-0O4' and CS-OO1 through CS-005. 2. Sheet G-10S has been replaced to correct a line weight error on the plans. Summary of Prequa||fUcatimm Documents 1. Specification 00 45 21 Bidders Prequalification -The requirements for becoming prequahfied; 2. Specification 00 45 12 Prequalification Statement-The prequalification statement to be submitted by the contractors with their bids; 3. Specification 00 45 13 Bidder Prequalification Appication-The prequalification JACOBS 4. Prequalification Requirements for Paving Contractors; 5. List of current prequalified paving contractors; 6. Prequalification Requirements for Street Light Contractors; 7. List of current prequalified street lighting contractors; 8. Prequalification Requirements for Water Department Contractors; and 9. List of contractors prequalified by the water department JACOBS" Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 3 June 17, 2015 Bid Opening 1. The Bid Opening has been delayed until 1:30 P.M. CST, Thursday, July 9, 2015. Contractor Questions 1. With the removal of the old Railroad Ballast being a requirement, and the possibility of Hazard Material being discovered. Is the City Ft Worth defined as the Generator for this project, thus making them responsible for the cost for the disposal of this material? The IlE,,SA Phase I for Illboth segirnents of titre old BSNF IWairifirre are being conducted now and wili be cornplete in a few weel(s Prelinninary reSUft indicate thiat presence of Ihazardou s rnaterial is r1ot to Illre exlpected. 2. Will any necessary truck watering be subsidiary to the temp irrigation? It is the firtent of ttie plans aired specifications that all areas of tlie piro"ject site be irrigated with a ternporwy irrigation system. 1,-iowever, if truck wateiring is approved in 1hTfited ireiirnote or iinaccessiNe aireas of the project site, there Willi be no separate ipayrneint 3. Can we use existing water sources such as fire hydrants with 2"water meters and approved backflow assembly's to provide water to temp irrigation system? A'S however the Contractor is responsible for all costs associated with providing water for irrigation. 4. The Excel bidform on Buzzsaw has some issues. There is no formula for a subtotal for Phase 3. Also, Phase 2 and 3 unit prices are not formatted to two decimal places. Will a revised Excel bidform be issued? Revised bid foam is included iin this addends. rm, JACOBS 5. How will the requirements in "Section 20-02 Qualifications of bidders" of the FAA General Provisions be weighed for purpose of award? The Engineeir will irevliew qualifications Submitted with 'the bid form to determine the bidder's ability to succeSSfUEly perform the work, 'The project will be awarded to the lowest responsible and responsive bidder as described in Section 20-08. 6. Please define the term of the Maintenance Period. There are several reference thru out the documents with different durations. They are as follows: a. Maintenance Bond — 1 year(line 26) b. General Conditions - Bonds 5.028 —2 years (pg 16 of 63 of 00 72 00-1) c. General Conditions—Warranties 6.20D-2 years (pg 32 of 63 of 00 72 00-1) d. FAA General Provision 90-10b— I year ( pg GP- 51) Per the Supplervientairy Conditions, [tern SC-•3 03B "Resolving Discirepaincies:11', FAA General Provisions govern oveir Contract General Conditions. 7. Please provide an order of Precedence for all of the Documents used/referenced in this project. The ordwr of precedence may be found in the Supplementary Conditiorls, [tern SG-3.036 "Resolving Discrepancies" and the FAA Generai Provisions, Section 50-03 "Coordination of the Contract, Nans, and Specifications",, 8. Please provide information for the sign dimensions on the gates and fences. The sizes are not listed in the Specifications in the 162-2.9 Signage Spec section. Sign on fence:, ditnensions are 36 inches wide by t2 inches tall[ Sign on gate, dimensions are 30 inches wide by 24 inches tall 9. Will the fabric for the "Temp Fencing" need to be vinyl or will galvanized material be allowed? Galvanized material will be acceptable for the ternporary fencing. Galvanized steel fabric shall conforni to the requirements of AS TM A392, Class 2. 10.The documents call out 24' Single Swing Gates. We do not recommend single swing gates larger than 15' as they always have problems in the future. Can this be change to 24' double swing gates? 24:' Singlle Swing Gates are currently ulflized without issues, please bid 24' Single Swiing Gates. 11. Please provide the contact information for the DBE representative for the City of Ft Worth that was at the pre-bid. We would like to contact her. Melani Villairireal, iCC Sr Contract Compliaurrmre Specialist Econornicro Ipevelopniemri l"felliwmartrnent Minority aii,td Wonrieri Bus'imiress Enterprise Office 1150 South E''reeway, Suite 144 Fort Worth, 5A 76104 Pm(017) 212 26 715 lww 6f't 2112-2681 f0'f.�I.� p� wlarwl ntlxs p„y Cp l It.lt...ro......:..�...°t.l"... 12. What is the significance of August 31, 2016 and June 30, 2017 under the column heading "Required Date" on page GP-33 of the FAA General Provisions? These dates are shown for"Phase 1 — Runway 16R Extension” and "Phase 2— Runway 16L Extension" respectively. There are milestones occurring after each of these dates that are related to the "Extension" of each runway, so it is unclear exactly what is to be complete on these two dates. Both dates shall be rernoved fro rm the table. All other milestone dates allplpl� . Revised FAA General Prov'isiourrs (Page (31%33 is 'uincllluded in this sulirm"rmittal 13. Your answer to question 32 in Addendum#2 states that liquidated damages will apply to each of the milestone dates as shown on GP-33 of the FAA General "r Provisions. Where is this stated in the bidding documents? Se tioiirm 00 411 00 "Bid 1 ormn", IlParagiirallh h 1 Thrre of Completion, Section 3.2 states "1111dder accepts the pirovisioins of the Agreemr mint as to lirlrmidated darnages in the event of faiiluiu,,e to complete the oi�,,k"aiidIo,, achiievennemrrt of lttliilestones withimr the tilimrres specified hi the Agmeem°nent'"W Summary of Specification Revisions 1. 00 11 13 Invitation to Bidders 2. 00 41 00 Bid Form 3. 00 42 43 Proposal Form 4. 00 52 43 Agreement 5. FAA General Provisions page GP-33 Other Attachements i 1. Pre Bid Sign In Sheet I, A' Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 4 June 25, 2015 Contractor Questions 1. Will an easement be needed to get the water from the tap or taps to either side of the runway, and if so can you provide an estimated cost for the easement? Yes. Contractor wffl be uirequhred to contact laindowner to ascer°taln cost, 2. Will mesh panels be allowed in lieu of#4 rebar for the reinforced P-501 pay items? Yes, ertu ivy leirmt iirnesh would be ID'I0xlt°1 5V"xV WWR 3. May precast drainage structures be used for drainage on Eagle Parkway? Yes 4. Per our takeoff of the "Overall Airfield Grading Plan", there is over 125,000 CY of excavation with no pay item for excavation on the bid form. Will this excavation be measured and paid as "Unsuitable Excavation" if it does not meet the requirements for embankment or is it subsidiary to other pay items? As per P-152, this Ilh'°rrofect is set-up to tray for Er°rrbauimirur°neur'mt-oirm���dlPlace for earthwork. 'Unsuitable Excavation' its for anticipated urnUck excavation oiruly, as descuribed irm 1)-152-1.3 All other Unclassified excavrrUoorr is to be Subsidiary to the bray iteurn for 1'w11°1i°mbanllkru,ient,iin�-Place 5. Please provide information to help define the bid Items for"Unsuitable Excavation." Is there a location where this is defined in the plans or proposal, Or is it just an allowance? See answer four#5 above 6. There is a large amount of excavation for the project. This material appears to have a a PI around 40 or is weathered limestone. We have several questions about this excavation, they are as follows: a) Will we be allowed to use this material outside the runway footprint 31°rr°r material will be allowed if it rneet:s the specifications. r, JACOBS' b) Will the owner please provide bid items for excavation in all of the Bid Schedules? All excavation is subsidiary to embankment in place per P-152, as expllained in Itern #5 c) If we encounter weathered limestone under the runway footprint will we be required to undercut this area, and if yes how deep. Weathered limestone would not be required to be undercut. The Geotechnical borings indicate that it would be urdikely to encounter weathered limestone in this zone,, 7. Phase 1 of the project requires the closing of FM 156. It appears that the item to perform this work is in Phase 3 of the bid schedule. Please add and item to in the Phase I Bid Item Schedule and tie it to Bid Item 3471.xxxx Closing of PM °156 is inot related to Bid Items 3471.0001 or 3471.00,03; these are specific to maintaining traffic during the construction of Eagle Parkway Closure of FNI '156 will be subsidiary to Mobilization:, Bid Itern No P­140 6 1 8. The ALSF Building appears to have a long lead time for submittals and fabrication. With the NTP scheduled for around September 1, 2015 it will be unlikely that the milestone of December 31, 2015, will not be obtained. We have several questions about this issue, they are as follows; a) Please revise the Milestone by about 2 months. Under consideration, b) Please provide a timeline of possible delays by the FAA to reschedule their commissioning operation Under consideration c) What is the expected turn-around time for a submittal this type Under consideration. c) Will the City accept the submittal from the Apparent Low Bidder prior to award, and have it approved prior to the NTP Under consideration. 9. Addendum 2 -- Question 32, and Addendum 3—Question 13 both are in reference to the liquidated damages for the milestones shown in Section 70-13. The only reference to liquidated damages are in section 80-08 and they apply to the completion date of the phases. Please provide the liquidated damage rate per event for the milestones shown in Section 70-13. Liquidated damages for, both calendar, day milestones and date specific milestones will be $6,000 per day. r 10. Will Contractor be required to undercut the existing grade to accommodate placement of the entire 10 FT of Type A Fill Soil for Zone 1 as indicated on plan sheet ST-129, or will the requirement be to strip the topsoil, scarify and compact, and only place the amount of Type A Fill Soil needed for Zone 1 to establish the subgrade? a) ftortlllr Area: T°Iire pug°oposed Illravernent section should have a sour l layer w'itlllm IIplasticity :ur°index (11:11) of 20 or less for a deptlllr of 10 beet furonm the Ibm ttomrr of Illraverneurmt section. Cmmr bour'ings indicate llllrat the pi's in tulle north emxmbankmeint f'illlllls urariige from 10 to 31, T"heurefore, yes,µ a fµ1111 depth of 10 feet for Tone °t should 13lllarrned, unless field testling 'indicates soiis urneet the P1 m equliiureir ent b) SoLMh aream yes, a full depth of 10 feet for Zone 1 should lUnder be rlan ed the pµNO os�d rave rert 11. If the full 10 FT of Zone 1 is required as described in the above question, will temporary shoring be required at the tie-ins to the north end of the runways and taxiway A in order to excavate for placement of the 10 FT of material for Zone 1, or will a sloped excavation be allowed? The excavation at the nourth emnd of time existing runway (soullllr enibarikm,nent) will require a slope, as described i°iiirm the aftam,°mired 01�31.-15 m°rteurnrmiura mrfummil, ill order to preveint undermining of the existing stuimuctm,mires Such a slope Illras r poteolt'iai for movement of gm eater than 1 irmIlh within the sloped aurea. shoring systemwrr could be used to pm°ctect the existing strm.mcturures in oirdem to rernove the wedge of soil armd reduce this risk. 12. How far from the top of the existing MSE wall must the wall be removed? There rnust the teio„°m (10)feet of clearance firour°n the top of pavement to tolllr (A MSE wallll 13. Will the fill requirements per plan sheet ST-129 be required under the blast pads? Yes 14. The plan sheet CD-001 makes reference to a "Phase 1 Environmental Assessment” would you please upload this document to BUZZSAW? Document is under review and will be distributed wl°mean firmrmluxed, 15. Please review the Bid Schedule for Phase 3. We have several questions about Eagle Parkway, they are as follows: a) The plans call for 10" Reinforced Concrete Pavement, we have a bid item #76 for 11"which is correct? 10" is corrrect m b\ Please add en item for 4^Asphalt Pavement TvB. Typical sections have been revised, this pay itern is not needed o) Sheet 27 shows Removal of Asphalt Pavement, but nothing for Pavement Pu|verization, please review the bid items quantities. item remmoved frommthe bid items. 10.A driveway is shown on sheet 34of Volume 3of the plans. What im the section of this driveway? |aitO" crushed stone base or something else? 6" Rex Base, "Type A, GR~2 Summary of Specification Revisions 1. Remove and replace Section U04243 Proposal Form 2. Add toL-1U8-5.1: "Item L'1O8-151XC #4/AWG, O8OV Cable— per |inearfoot" 3. Change Item L'110'1 to: "[>ncnrDuotbonh' 1O+way. U'' Schedule 4O PVC, Concrete Encased - per linear foot" 4. Add: toL-11U-5.1 "Item L-110-26 {]noor [)uo1bonk. 2+woy. O'' Schedule 4OPVC, Direct Buried ' per linear foot 5. Edit L-895'1.01.A: This Item contains the eyotonn equipment specifications for a complete na|000Unn of the following existing systems: AirpudA8C)S. 18L Glide Slope, 10L Inner Marker, 10L For Field Monitor, 34R Looa|izerantenna intended for Category 11/111 use on Runway 16L-34R at Fort Worth Alliance Airport. The equipment package will include the major items tabulated be|ovv, integrated with all interface equipment, cabling (radio frequency, control and power wiring) parts, hardware necessary to install the complete and operational Mark 20A |LS oyetenno at the sites designated on the Contract Drawings. 0. Edit L-805-3.03.1: "Provide funding for all activities including the nnotario|' construction, electronic installation, and any environmental rennadioUon necessary to accommodate the relocation of the Runway 10L GS, |&1' FFW4'o' Runway 34RL[){}. and airport/\SC)S." 7. Add to end of L-895-3.03: ^AirpodA8(]S a) Survey, stake, layout and construct new foundations for ASOS sensor array and e|eotr|oe| services b) Furnish and install the power cables between ASOS electrical service rack and power distribution box and between all AS[]8 equipment units. c) Construct access roads and parking turnaround per FAA approved drawings; d\ |neto|| new commercial power services, power cables, and control oob|eo I including intra-cabling; and lightning protection, bonding and perimeter grounding system; e)Assist FAA installation representatives in relocating the electronic equipment from the existing ASOS location to the new ASOS location f) Provide a secure storage site or facility for the ASOS equipment from the time the equipment is removed from its existing location until the equipment is reinstalled; g) Remove and dispose of the old above ground utility infrastructure, and foundations; h) Construct final grading of new and old sites;" 7. Add to end of L-895-4.01: "Measurement for accepted quantities of"Airport ASOS" will be made on a lump sum basis. The work includes, but is not limited to, relocating existing ASOS equipment, demolishing existing foundations and utility infrastructure, and furnishing and installing all materials, Assisting the FAA in removing/storing and reinstalling ASOS equipment on new foundations (grading, aggregate, geotextile fabric, rebar, anchor rods), testing, cable and conduit downstream of ASOS service primary disconnect, grounding, labor and incidentals required to perform the work and provide a complete and operational system acceptable to the FAA and the Engineer as shown on the Contract Drawings. Power cable and conduit between the ASOS primary disconnect and the 16L Glide Slope service rack shall not be included in this lump sum but shall be measured separately for payment under other Sections of these Specifications." 8. Add to end of L-895-5.02: "Item L-895-6—Airport ASOS, per lump sum" Plan Sheet Revisions 1. Remove and replace Volume 3, Sheets 4 and 5, Typical Sections 2. Remove and replace Volume 2 Sheets ASOS-01 —ASOS-04 and replace with Sheets ASOS-1 —ASOS-07 3. Remove and replace Volume 2 Sheets EA-240-4, EA-241.2, EA-242-10, EA-304, EA-321, ALSF-41, ALSF-42-1, ALSF-50-2, GS-12, and GS-13 r r JACOBS" Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 5 July 2, 2015 Contractor Questions 1. This is a clarification to a previous question addressed in Addendum No 4. Will Contractor be required to undercut the existing grade to accommodate placement of the entire 10 FT of Type A Fill Soil for Zone 1 as indicated on plan sheet ST-129, or will the requirement be to strip the topsoil, scarify and compact, and only place the amount of Type A Fill Soil needed for Zone 1 to establish the subgrade? a lhom°fh Ar°e&° For tl-fls area, it will not lbe required to undercut t iie exisfi ing grade to acconriinodaile, a fullllll depth of 10 °feet of Type A Fill Soil for Zone 1 b) South Air°'ea: For thin area, p acepneurt of a full dellirth of 10 feet of"type A Fill SoH for Zone 1 will be ur'egL fired uurder fllire lIproposed pavrrnwinfs as depicted on the plc is. 2. Would the owner consider ether solid sodding all of the areas in the RSA or installing erosion control blankets in all of the RSA areas in an effort to minimize the amount of vegetative watering required to establish turf under these extremely short time durations and site conditions? Contractor will be ailllo ed to truck wafer areas within the l''SS A with the linritatioir of: only dm.mring the Ihour's of 0500-0700, imowever,fts does not eUrninate the requ'uireimerd for installation of a rri�muririulkller systeirrii laeyoncl the preach of the wr tering truc k. Spiu1ri ler system still is required to he placed outside of the RSA. 3. Are you going to issue a revised Construction Safety and Phasing Plan that agrees with your plan sheets G-109-Gl11? i No, CSPP will be revised affem coordination with the awaurded Contracfoir. 4. Can you re-issue the spreadsheet that contains the form 00 43 13. In its present form, it cannot be filled out. f Spreadsheet that irmcludes 00 43 13 ius included in this Addends rn, 5. What Bid Item pays for installation of the concrete retaining wall depicted on Drawings ALSF-01 and ALSF-70-3? i JACOBS The concrete retaining wall and associated wooden ferlc* shaH be Ipaid ,for under IEid Item L-891-2 "Runway 16L Approach Lighting system, Complete, per lump sum" per Article L-891-4.01 B. 6. Will the contractor be allowed to reuse the segmented circles form the existing L-807 wind cone? Segmented circles will be removed by Airport prior to coinstrUction and will riot be required for new installation 7. What is pay item 108 Force Account" as shown on the bid form for Phase 3 intended to be used for and how is this item to be bid? Itern removed. 8. Will Contractor be required to pay usage charges for electricity, phone, and internet for the Construction Manager Field Office? Yes. 9. The guardrail specs and details are all encompassing. They basically include everything that you could do for guardrail and don't specify what is wanted. Please clarify the following: a) Metal or Wood Posts Ifflood b) Wood or Composite spacers between the post and the rail Wood c) Type 1 or 2 zinc coating Efther d) W-beam or Three beam rail W-beam e) Specify what type of end treatments should be used at each termination of the rail Single (-"'N'tiat-(Irail ']'erniiiialis, SGNT'(8) 31-114 10. Reference Detail 2 on Drawing EA-313: a) Can the French Drain for ALSF Station 0+00 be installed under the asphalt shoulder or is it required to be installed outside of the shoulder? "rhe French Drain is required to be histalled outside of the shoulder, and blast pad pavernent. The rnain drain pipe should route back to the french drain located at the nearest handhole 'F° l° as indicated on typical detail 2 on EA-313 b) Can the French Drain for ALSF Stations 1+03; 2+06 & 3+09 be installed under the blast pad or are they required to be installed outside of the blast pad? 'rhe French Drain is required to be installed outside of the blast pad pavement. "T"he main drain pipes should be routed back to the french drains associated with the nearest FAA handholes, as indicated on typical detail 2 on EA-313. c) If multiple hand holes are adjacent to each other, can they share a common French Drain or will each hand hold require its own French Drain? No. Each h ndhcAe iriii a cluster shailll have a see,.)aerate I1-rennir Drainn 11. Please confirm that the FAA ASOS Generic Drawings ASOS-02; ASOS-03 & ASOS- 04 apply to installations for the FAA Southwest Region. S0S-ti2 . SOS-04 have bcein ui„e;riaced with ASO&U .. SO&�07 irl Addenduw°n No 4... 12. Reference Drawing ES-132: Is the intent of Detail Section A-A to show that the middle 17” of the PAPI foundation is not concrete? Middle "17" not concrete bUt Poiystyrerie toairri urequired as slllrown in detr illl 13. Is the manhole shown on Drawing EP-161 paid for per Phase 1 Bid Item#135? If not, where is the manhole located for this bid item? j Please see Pay itwnm 1.-115-4, 14. If the Bid Item #135 is the unit depicted on Drawing EP-161, please confirm if the dimensions are 4' x 6' or 6' x 6' (See Detail 1 on Drawings EP-178). 0'x6' Confirorrred 15. Phase 2 and 3 Bid Schedules do not have Items for Prime and Tack. The prime and tack quantities for Phase 1 appear to be grossly over-stated even for the entire project. Please add bid items to Bid Schedules Phases 2 and 3 to cover the Prime & Tack Ot.ian ities have Ibeeirm revised and a reflected in the attached Specification ification 00 45 43 Proposalll Illl'orrn 16.A bid item in Phase 3 shows 7" curb and gutter. The typical sections with 7" curb is shown with concrete paving. Should this be monolithic with the paving? There is no 7" curb shown with the asphalt paving. (See Eagle Parkway sheets 4 & 5) l Vollurne 3, Sheets 4 and 5 have been replaced lure Addenduirn No 4 17. Phase 3 has a bid item for 6" curb & gutter. The plans show 6" curb on asphalt at Eagle Parkway (See Eagle Parkway sheets 4 & 5). Is the 6" curb & gutter item correct and the typical sections for asphalt paving wrong? Should the typical section for asphalt paving have shown curb & gutter? tfoiur°ne 3,u Sheets 4 r urid 5 have been replaced in Addendum No 4 18. The plans show the following note in six places on sheets 4 and 5 (Eagle Parkway): "Rate of lime\cement application to be determined by lime series test(36#/SY minimum), test to be provided by paving contractor." There is no cement treatment pay item. Is this note correct to be including cement? l r f JACOBS' Voku-ne 3, Sheets 4 and 5 have been •ep@aced in AddendUm No 4 19. There are several paved areas such as the "Road to the Glide Slope Shelter"where we have TY B & D asphalt. There are no pay items in Phases 2 and 3 for this scope. Refer the detail shown on drawing GS-02. Bid Iterns have been added 20. The gravel roadways shown on Sheets ALSF-32 and ASLF-70-2 are typical throughout the plans. There is no Bid item in any of the 3 Bid Schedules for 9" Crushed Aggregate Base, and is the 6" gravel roadways included in item P-209-5.1? There are no 6" gravel roadways. The gravel roadways are 9" depth crushed rock and the maintenance plots are 6" depth crushed stone per Sheet A[,SF- 70-2,. These shall be paid for undeir Bid Item L-891-2 "Runway L-891-2 RUnway 16L Appr,oach Lighting System, Complete, per Iluimp SUM". 21. In Bid Schedule 1 - Bid Item 73 - "5-Inch Concrete Slope Protection" has a pay quantity of 45 BY, please review the units we believe this should be CY. Specification 00 45 43 Proposal Forrn has been revised. Correct quantity is 245 SY 22. Per Addendum #2 Question 7—Specification 00 45 12 has been revised. Form included with addendum is original form dated May 25, 2015; pavement marking/signage was not removed from table. Revised 00 45 12 included 23. Sheet G-106 provides details barricades and FAA protection devices. The Construction Phasing Plans G-109 to G-111 does not show the required installation location for any of these airfield safety devices by phase. Please quantify or otherwise show where these devices are required in each phase of construction. It is recomimended to have 20 low slung barricades, on hand duiring the enfire project. Phase I will require Class ""A" Barricades placed across Taxiway H west of Runway 16L.. Phase 2 will require Class "A" Barricades p4aced across "raxiway A north of Taxiway H, these will potentiaEly be moved daily Class "A" Barricades will also be req u i red on 'Taxiway stub east of Runway '16R. Phase 3 will require Class "A" Barricades placed across ,taxiway A north of Taxiway K Class "A" Barricades will also be required on 'TaXivyray stubs west of Runway 16L. 24. Section 00 21 13#11 — states bidder shall submit DBE forms by 5pm (CST), 5 city business days after bid opening date. Whereas, Section 00 45 42 states DBE forms JACOBS must be received by 2PM on second city business days after bid opening date. Please clarify DBE submittal allocated time. Are the forms available? 2PM oirr second city business days after bid opening Mate 25. Can the bid day be postponed to the third week of July since postponing it for two weeks coincides with TXDOT letting dates No, bid date was extended to allow ii lore time for bid t rellpairatioir'l, 26. Please refer to plan sheet CD-107-1 H to CD-121-2J, FM 156 is stated "to be abandoned" but in the Bid item quantities it is described as "Demolish Asphalt". Please define Demolish Asphalt or can FM 156 be abandoned in place and covered with dirt? F101 56 will be denioli.shed 27. Could existing sections of FM 156 be provided for demolition purposes? FIIIOIII 156 W11 be deiimoIisfiied 28. From our takeoff from the demolition plan the removal of the 8 FT Chain Link Fencing with mow strip was found to have a quantity of 3,223 LF yet bid item#10: DEMOLISH 8 FOOT CHAIN LINK FENCING WITH MOW STRIP, states that there is 9,937 LF of Chain Link Fencing to be removed. Please provide the location of the remaining quantity of demolished fencing. Quantity shajlll Ilde 3,223 Il F 29. The project specs call for a "L867 Class 1A Steel Base, Size B" but the drawing for "Airfield Electrical Details," page ES-121 in the plans calls for a class 1 B can. Can you clarify this for me please? Case grans shall be Clllass °tA 30. 1 cannot find any indication as to which signs numbers are to be installed during which phase. Would you happen to know anything about that? Phase f will firs mll4)de signage necessary for IRuinway '1615 (Phase 2 wlllll rr°gwre signage rw,ecessary for Runway l till. Phase 3 will require signage alllorig 'faxliiway A. 31. Plan sheet#45 and Bid Item #98 and 99 - Wingwall for MBC at STA 15+64.39 (Phase 3): The dimensions of the wingwall referenced in the proposal form do not match the dimensions shown in the plans. Specwf'ieatinxir 00 45 43 Piiroposal Forrri has beeirw revised. Sid lterns have Ilbeen adjusted,, 32. Plan sheet#45: 12" Riprap with 6" bedding are shown on the plans however, there is no bid item in the proposal form under Phase 3. Please clarify. 1 JACOBS' Specification 00 45 43 Proposal IFor in has been irevised. Bid Items have been adjusted, see Ibid item 3137.01,10 33. On plan sheet#6 (Phase 3)— Proposed Utility Layout—(4) new manhole installation are shown: (2) Install STD 4' DIA manhole & (2) Remove Plug and Install STD 4' DIA manhole while Bid Item #94 in Phase I II proposal form calls for(2) 4' DIA manholes. Please clarify. Specification 00 45 43 Proposal Form has been revised. Bid Items have been adjusted 34. Plan Sheet#ST -128 & 129: Drainage layer sections— Underdrain system section 1 of ST-128 shows the filter fabric around the perforated PVC pipe. Will filter fabric also be required to separate the layers between Zone 2 & Zone 3? A filter,fabric will irmot be required to separate the layers between Zone 2 and Zone 3 rnateirial 35. Embankment (Zone 3) is listed in all three phases while the 4-inch perforated PVC pipe to be installed in Zone 3 is shown only on phase 1. Please clarify. Specification 00 45 43 Proposal Form has been revised. Bid Items have beery added to Phases 2 and 3 36. On the Water and Sanitary Sewer Plans bid item calls out for 248' 16" C905 DR-18 plans only shows 152' Specification 00 45 43 Proposal Form has been revised. Bid Items have been adjusted. 37. Bid item for the 16" Gate Valve plans are showing to be 16" Butterfly Valve Specification 00 45 43 Proposal Form I tas been revised, Bid Items have tureen adjUsted 38. 8" SDR-26 Sewer Pipe bid item calls for 713' plans only show total of 454' Specification 00 45 43 Proposal Forma has been revised,, Bid Iterns have been adjusted 39. For the 4" Sch. 40 PVC Perforated pipe quantities OK; however I cannot find the specification for the perorations shows specification D-701 have not found that in the specs. For smooth wall PVC refer tq:)AST M F758, for perforated wall PVC refer to ASTM F794 Summary of Specification Revisions 1. Remove and replace L-891-4.01.B: "...crushed rock and crushed stone maintenance plots around ALSF-2 light stations," With "...crushed rock roadways and crushed stone maintenance plots around ALSF-2 light stations," 2. Remove and replace L-891-4.01.A: "This pay item also includes all final site work, shelter grounding, and equipment." With "This pay item also includes all final site work which includes facility PCC paved maintenance lot, shelter grounding, and equipment." 3. Remove and replace Specification 00 45 12 Prequalification Statement 4. Remove and replace Specification 00 45 43 Proposal Form 5. Remove and replace Specification L-109 Electrical Work at Airfield Lighting Vault Equipment Building 6. Revise pay item L-115-4 from "Electrical Manhole (Precast) 6ft x 4ft"to "Electrical Manhole (Precast) 6ft x 6ft" Plan Sheet Revisions 1. Remove and replace the following Volume 2 plan sheets: EP-160— EP-164, EP-166, EP-173, and EP-177 2. Remove and replace the following Volume 3 plan sheets: G-1 02A, 6A, 6B, 7, 8A, 8B, 8C, 8D, 29, 30, 31, 31 A, 32, 32A, 33, 33A, 38, 39, 41, 42, 43, 44, 45, and 53 i i i i f II I r JACOBS Fort Worth Alliance Airport Runway Extension Project Runway 16R, 16L and Taxiway A Addendum 6 July 7, 2015 r Contractor Questions T 1. Bid Forms— Per Addendum 5 Forms 00 43 13 and 00 43 37 are not linked properly. Please review and provide a new excel workbook with the correct forms. A revised excel workbook has been posted with the links deleted. Summary of Specification Revisions 1. Remove and replace Sections 00 41 00, 00 43 13, and 00 43 37. Plan Sheet Revisions (None) I l r 1 SECTION 00 11 13 2 INVITATION TO BIDDERS I' 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Extensions for Runway 16R, 16L, and Taxiway A at the 6 Alliance Airport, Fort Worth, Texas, Project Number 00960 will be received by the City of 7 Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 14 until 1:30 P.M. CST, Thursday, July 9, 2015, and bids will be opened publicly and read aloud 15 at 2:00 PM CST in the Council Chambers. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the (approximate) following: Earthwork; concrete and asphalt 19 paving; drainage; airfield lighting; airfield signage; airfield pavement marking; airfield r, 20 navigational aids; utilities; perimeter roadway; and railway and roadway demolition. Each of the 21 existing runways will be extended with concrete pavement 150 feet wide, with 35 foot wide 22 asphalt paved shoulders, while the parallel taxiway extension will be 75 foot wide concrete i 23 pavement, also with 35 foot wide asphalt paved shoulders. The lateral separation between the 24 existing runways is 600 feet, while the parallel taxiway is located 400 feet from the primary 25 runway. 26 27 PREQUALIFICATION 28 The improvements included in this project must be performed by a contractor who is pre- 29 qualified by the City at the time of bid opening. The procedures for qualification and pre- 30 qualification are outlined in the Section 00 21 13— INSTRUCTIONS TO BIDDERS. 31 32 DOCUMENT EXAMINATION AND PROCUREMENTS 33 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 34 of Fort Worth's Purchasing Division website at LUtaJPrw�np � j ..: � and clicking on r 35 the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract 36 Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. 37 38 PREBID CONFERENCE 39 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 40 BIDDERS at the following location, date, and time: 41 42 DATE: Wednesday, June 10, 2015 43 TIME: 10:00 am 44 PLACE: Alliance Air Services 45 2221 Alliance Boulevard 46 Fort Worth, Texas 76177 47 LOCATION: Spirit of Alliance Conference Room L 48 i; Invitation to Bidders 0011 13-1 ' Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX i I CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 MANDATORY CONTRACT PROVISIONS 5 This project is Federally-funded in part through the Airport Improvement Program and is subject 6 to certain Mandatory Contract Provisions listed below and/or in the Contract Documents. 7 8 Notice to Prospective Federally Assisted Construction Contractors 9 10 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a I federally-assisted construction contract exceeding $10,000 which is not exempt from 12 the provisions of the Equal Opportunity Clause. 13 14 2. Contractors receiving federally-assisted construction contract awards exceeding 15 $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will 16 be required to provide for the forwarding of the following notice to prospective 17 subcontractors for supplies and construction contracts where the subcontracts exceed 18 $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 19 20 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. 21 22 Notice to Prospective Subcontractors of Requirements for Certification of Non- 23 Segregated Facilities 24 25 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a 26 subcontract exceeding $10,000, which is not exempt from the provisions of the Equal 27 Opportunity Clause. 28 29 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from 30 the provisions of the Equal Opportunity Clause will be required to provide for the 31 forwarding of this notice to prospective subcontractors for supplies and construction 32 contracts where the subcontracts exceed $10,000 and are not exempt from the 33 provisions of the Equal Opportunity Clause. 34 35 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. 36 37 Title VI Solicitation Notice (Source: Appendix 4 of FAA Order 1400.11, Nondiscrimination in 38 Federally-Assisted Programs at the Federal Aviation Administration) 39 40 The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 41 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all 42 bidders that it will affirmatively ensure that any contract entered into pursuant to this 43 advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to 44 submit bids in response to this invitation and will not be discriminated against on the grounds of 45 race, color, or national origin in consideration for an award. 46 47 The following Mandatory Contract Provisions are incorporated into this solicitation reference: 48 49 1. Buy American Preference (Reference: 49 USC § 50101) 50 2. Foreign Trade Restriction (Reference: 49 CFR part 30) Invitation to Bidders 00 11 13-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 3. Davis Bacon (Reference: 2 CFR § 200 Appendix II(D)) 2 4. Affirmative Action (Reference: 41 CFR part 60-4, Executive Order 11246) 3 5. Governmentwide Debarment and Suspension (Reference: 2 CFR part 180 (Subpart C), 4 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & _ 5 Ineligibility) 6 6. Governmentwide Requirements for Drug-free Workplace 7 8 INQUIRIES 9 All inquiries relative to this procurement should be addressed to the following: 10 11 Attn: Ruseena Johnson - City of Fort Worth Aviation Department 12 Email: Ruseena.johnson @fortworthtexas.gov 13 Phone: 817-392-5407 14 15 and/or 16 17 Attn: Jarrod N. Parker, P.E. -Jacobs Engineering Group Inc. - 18 Email: jarrod.parker @jacobs.com 19 Phone: 817-735-7166 20 21 ADVERTISEMENT DATES 22 May 28, 2015 23 June 4, 2015 24 25 END OF SECTION Invitation to Bidders 00 11 13-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX f 1 r. 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 6 72 00 - GENERAL CONDITIONS. ii 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation 12 acting directly through a duly authorized representative, submitting a bid for 13 performing the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a i! 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City I' 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or 26 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27 Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant I31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 3.2. 40 3.2.1. Roadway Paving — Requirements document located at; 41 ht.1 /a ay>;fi:fa LLjr es/02`%2 42 %0C" otistr u�c uori/2C"D ���uiu�iei�its/ oa eta actor"/``�P �����Aa. of� �ion i/F� W`/`20P� , vii��r1I% 43 m C",���u 1� o-.f�....� q � viii u s °� u� � � � � /i " � e lAL.�....I F IC R a�20R (. ��e�IF 44 E II N �/20F" If 'Yo2()IDAV �1°�%20C� F RAC, m M k l��M ubH 45 46 3.2.2. Roadway and Pedestrian Lighting — Requirements document located at; Instructions to Bidders 0021 13-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I htt 2 3 ' 4 5 6 323. Water and 8mn�on/6ovvar— Roouinornentodoounlent|onotadsd� Sanitary Requirements . 8 9 10 ll 12 8 3.3. Each Bidder unless currently prequa|ified, must be prepared to submit to City within 14 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 15 45 11, BIDDERS PRE{JUAL|F|CAT|(]NS. 16 l? 3.3.1. Submission of and/or questions related to prequo|himaUon should be addressed 18 to the Qty contact as provided in Paragraph 0.1. }9 20 3.4. The City renenxao the right to require any pre-qualified contractor who is the apparent 21 |ovv bidder(o) for o project to submit such additional information as the City, in its sole 22 discretion may require, including but not limited to manpower and equipment records, 23 information about key personnel to be assigned to the project, and construction 24 mohedu|e, to assist the City in evaluating and assessing the ability of the apparent |ovv 25 bidder(s) to deliver quality product and sunooeofu||y complete projects for the amount 26 bid within the stipulated time frame. Booed upon the City's assessment of the submitted 27 information, a recommendation regarding the award of contract will be made tothe 28 City Council. Failure to submit the additional information, if requested, may be grounds 29 for rejecting the apparent |ovv bidder as non-responsive, Affected contractors will be 30 notified jn writing nfa recommendation to the City Council. 31 32 3.5. In addition to pnequa|ifioation' additional requirements for qualification may be required 33 within various sections of the Contract Documents. 34 35 3.0. Special qualifications required for this project include the following: 36 37 Contractor shall provide evidence of having completed airfield electrical work within the 38 last five /5\yoono with a minimum contractor value of$500,000,00. 39 40 4' Examination of Bidding and Contract Documents, Other Related Data, and Site 41 42 4.1. Before submitting o Bid. each Bidder shall: 43 44 4.1.1. Examine and carefully study the Contract Onnunnento and other related data 45 identified in the Bidding Documents (including "technical data" referred to in 46 Paragraph 4.2. below). No information given by City or any representative of the 47 City other than that contained in the Contract Documents and officially 48 promulgated addenda thereto, shall ba binding upon the City. 49 50 Instructions mBidders 0021 13-2 Federally Funded Issued for Construction Extensions for mwY1ou.1nL.and nw,A August 4.2o10 Alliance Airport,Fort Worth,Tx r 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local 2 and site conditions that may affect cost, progress, performance or furnishing of 3 the Work. 4 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or furnishing of the Work. 7 8 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 9 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal 10 Regulations, Department of Transportation, Subtitle A, Office of the Secretary, 11 Part 21, Nondiscrimination in Federally-assisted programs of the Department of 12 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 13 affirmatively insure that in any contract entered into pursuant to this 14 advertisement, minority business enterprises will be afforded full opportunity to 15 submit bids in response to this invitation and will not be discriminated against on 16 the grounds of race, color, or national origin in consideration of award. 17 18 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or - 19 contiguous to the Site and all drawings of physical conditions relating to existing 20 surface or subsurface structures at the Site (except Underground Facilities) that 21 have been identified in the Contract Documents as containing reliable "technical 22 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if 23 any, at the Site that have been identified in the Contract Documents as 24 containing reliable "technical data." 25 26 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 27 the information which the City will furnish. All additional information and data 28 which the City will supply after promulgation of the formal Contract Documents 29 shall be issued in the form of written addenda and shall become part of the 30 Contract Documents just as though such addenda were actually written into the 31 original Contract Documents. No information given by the City other than that 32 contained in the Contract Documents and officially promulgated addenda thereto, 33 shall be binding upon the City. 34 35 4.1.7. Perform independent research, investigations, tests, borings, and such other 36 means as may be necessary to gain a complete knowledge of the conditions 37 which will be encountered during the construction of the project. On request, City 38 may provide each Bidder access to the site to conduct such examinations, 39 investigations, explorations, tests and studies as each Bidder deems necessary 40 for submission of a Bid. Bidder must fill all holes and clean up and restore the 41 site to its former conditions upon completion of such explorations, investigations, 42 tests and studies. 43 44 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting 45 the cost of doing the Work, time required for its completion, and obtain all 46 information required to make a proposal. Bidders shall rely exclusively and solely 47 upon their own estimates, investigation, research, tests, explorations, and other 48 data which are necessary for full and complete information upon which the 49 proposal is to be based. It is understood that the submission of a proposal is - 50 prima-facie evidence that the Bidder has made the investigation, examinations 51 and tests herein required. Claims for additional compensation due to variations Instructions to Bidders 0021 13-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 between conditions actually encountered in construction and as indicated in the 2 Contract Documents will not be allowed. 3 4 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 5 between the Contract Documents and such other related documents. The 6 Contractor shall not take advantage of any gross error or omission in the 7 Contract Documents, and the City shall be permitted to make such corrections or 8 interpretations as may be deemed necessary for fulfillment of the intent of the 9 Contract Documents. 10 11 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification 12 of: 13 14 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous 15 to the site which have been utilized by City in preparation of the Contract 16 Documents. The logs of Soil Borings, if any, on the plans are for general 17 information only. Neither the City nor the Engineer guarantee that the data shown 18 is representative of conditions which actually exist. 19 20 4.2.2. those drawings of physical conditions in or relating to existing surface and 21 subsurface structures (except Underground Facilities) which are at or contiguous 22 to the site that have been utilized by City in preparation of the Contract 23 Documents. 24 25 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 26 on request. Those reports and drawings may not be part of the Contract 27 Documents, but the "technical data" contained therein upon which Bidder is 28 entitled to rely as provided in Paragraph 4.02. of the General Conditions has 29 been identified and established in Paragraph SC 4.02 of the Supplementary 30 Conditions. Bidder is responsible for any interpretation or conclusion drawn from 31 any "technical data" or any other data, interpretations, opinions or information. 32 33 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 34 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 35 exception the Bid is premised upon performing and furnishing the Work required by the 36 Contract Documents and applying the specific means, methods, techniques, sequences 37 or procedures of construction (if any) that may be shown or indicated or expressly 38 required by the Contract Documents, (iii) that Bidder has given City written notice of all 39 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 40 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 41 etc., have not been resolved through the interpretations by City as described in 42 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 43 and convey understanding of all terms and conditions for performing and furnishing the 44 Work. 45 46 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 47 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 48 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 49 Documents. 50 Instructions to Bidders 0021 13-4 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 5. Availability of Lands for Work, Etc. 2 3 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 4 access thereto and other lands designated for use by Contractor in performing the Work 5 are identified in the Contract Documents. All additional lands and access thereto 6 required for temporary construction facilities, construction equipment or storage of 7 materials and equipment to be incorporated in the Work are to be obtained and paid for 8 by Contractor. Easements for permanent structures or permanent changes in existing 9 facilities are to be obtained and paid for by City unless otherwise provided in the 10 Contract Documents. 11 12 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are 13 listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the 14 necessary right-of-way, easements, and/or permits are not obtained, the City reserves 15 the right to cancel the award of contract at any time before the Bidder begins any 16 construction work on the project. 17 18 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 19 way, easements, and/or permits, and shall submit a schedule to the City of how 20 construction will proceed in the other areas of the project that do not require permits 21 and/or easements. 22 23 6. Interpretations and Addenda 24 25 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed 26 to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 27 received after this day may not be responded to. Interpretations or clarifications 28 considered necessary by City in response to such questions will be issued by Addenda 29 delivered to all parties recorded by City as having received the Bidding Documents. 30 Only questions answered by formal written Addenda will be binding. Oral and other 31 interpretations or clarifications will be without legal effect. 32 33 Address questions to: 34 35 City of Fort Worth 36 Aviation Department 37 4201 North Main Street, Suite 200 38 Fort Worth, TX 76106 39 Attn: Ruseena Johnson 40 Fax: 817-392-5413 41 Email: Usee at .!.:iu2,,.i�L�ICg) 42 Phone 817-392-5407 43 44 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 45 City. ` 46 47 6.3. Addenda or clarifications may be posted via Buzzsaw at <h7sert Link to ocunlent >. 48 j Instructions to Bidders 0021 13-5 s Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX r, 1 6.4. A prebid conference may be held at the time and place indicated in the Advertisement 2 or INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which, or the dates by which, Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or-Equal" Items 32 The Contract, if awarded, will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or "or-equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6.058. and 6.05C. of the 39 General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 40 41 11. Subcontractors, Suppliers and Others 42 43 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12- 44 2011 (as amended), the City has goals for the participation of minority business 45 and/or small business enterprises in City contracts. A copy of the Ordinance can be 46 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 47 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 48 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture 49 Form as appropriate. The Forms including documentation must be received by the 50 City no later than 5:00 P.M. CST, five (5) City business days after the bid opening Instructions to Bidders 0021 13-6 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 date. The Bidder shall obtain a receipt from the City as evidence the documentation 2 was received. Failure to comply shall render the bid as non-responsive. 3 4 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 5 or organization against whom Contractor has reasonable objection. 6 7 12. Bid Form 8 9 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 10 obtained from the City. 11 12 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 13 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 14 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 15 price item listed therein. In the case of optional alternatives, the words "No Bid," "No 16 Change," or"Not Applicable" may be entered. Bidder shall state the prices, written in 17 ink in both words and numerals, for which the Bidder proposes to do the work 18 contemplated or furnish materials required. All prices shall be written legibly. In case 19 of discrepancy between price in written words and the price in written numerals, the 20 price in written words shall govern. 21 22 12.3. Bids by corporations shall be executed in the corporate name by the president or a 23 vice-president or other corporate officer accompanied by evidence of authority to 24 sign. The corporate seal shall be affixed. The corporate address and state of 25 incorporation shall be shown below the signature. 26 27 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 28 partner, whose title must appear under the signature accompanied by evidence of 29 authority to sign. The official address of the partnership shall be shown below the 30 signature. 31 32 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 33 member and accompanied by evidence of authority to sign. The state of formation of 34 the firm and the official address of the firm shall be shown. 35 36 12.6. Bids by individuals shall show the Bidder's name and official address. 37 38 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner _ 39 indicated on the Bid Form. The official address of the joint venture shall be shown. 40 41 12.8. All names shall be typed or printed in ink below the signature. 42 43 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 44 which shall be filled in on the Bid Form. 45 46 12.10. Postal and e-mail addresses and telephone number for communications regarding 47 the Bid shall be shown. 48 Instructions to Bidders 0021 13-7 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 2 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 3 to State Law Non Resident Bidder. 4 5 13. Submission of Bids 6 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 7 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 8 addressed to City Manager of the City, and shall be enclosed in an opaque sealed 9 envelope, marked with the City Project Number, Project title, the name and address of 10 Bidder, and accompanied by the Bid security and other required documents. If the Bid is 11 sent through the mail or other delivery system, the sealed envelope shall be enclosed in a 12 separate envelope with the notation "BID ENCLOSED" on the face of it. 13 14 14. Modification and Withdrawal of Bids 15 16 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 17 withdrawn prior to the time set for bid opening. A request for withdrawal must be 18 made in writing by an appropriate document duly executed in the manner that a Bid 19 must be executed and delivered to the place where Bids are to be submitted at any 20 time prior to the opening of Bids. After all Bids not requested for withdrawal are 21 opened and publicly read aloud, the Bids for which a withdrawal request has been 22 properly filed may, at the option of the City, be returned unopened. 23 24 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 25 time set for the closing of Bid receipt. 26 27 15. Opening of Bids 28 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 29 abstract of the amounts of the base Bids and major alternates (if any)will be made available 30 to Bidders after the opening of Bids. 31 32 16. Bids to Remain Subject to Acceptance 33 All Bids will remain subject to acceptance for the time period specified for Notice of Award 34 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 35 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 36 37 17. Evaluation of Bids and Award of Contract 38 39 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 40 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 41 and to reject the Bid of any Bidder if City believes that it would not be in the best 42 interest of the Project to make an award to that Bidder, whether because the Bid is 43 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 44 meet any other pertinent standard or criteria established by City. City also reserves 45 the right to waive informalities not involving price, contract time or changes in the 46 Work with the Successful Bidder. Discrepancies between the multiplication of units 47 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 48 between the indicated sum of any column of figures and the correct sum thereof will 49 be resolved in favor of the correct sum. Discrepancies between words and figures 50 will be resolved in favor of the words. Instructions to Bidders 0021 13-8 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 2 17.1.1.Any or all bids will be rejected if City has reason to believe that collusion exists 3 among the Bidders, Bidder is an interested party to any litigation against City, 4 City or Bidder may have a claim against the other or be engaged in litigation, 5 Bidder is in arrears on any existing contract or has defaulted on a previous 6 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 7 Bidder has uncompleted work which in the judgment of the City will prevent or 8 hinder the prompt completion of additional work if awarded. 9 10 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, 11 and other persons and organizations proposed for those portions of the Work as to 12 which the identity of Subcontractors, Suppliers, and other persons and organizations 13 must be submitted as provided in the Contract Documents or upon the request of the 14 City. City also may consider the operating costs, maintenance requirements, 15 performance data and guarantees of major items of materials and equipment 16 proposed for incorporation in the Work when such data is required to be submitted 17 prior to the Notice of Award. 18 19 17.3. City may conduct such investigations as City deems necessary to assist in the 20 evaluation of any Bid and to establish the responsibility, qualifications, and financial 21 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 22 organizations to perform and furnish the Work in accordance with the Contract 23 Documents to City's satisfaction within the prescribed time. 24 25 17.4. Contractor shall perform with his own organization, work of a value not less than 26 35% of the value embraced on the Contract, unless otherwise approved by the City. 27 28 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 29 responsive Bidder whose evaluation by City indicates that the award will be in the 30 best interests of the City. 31 32 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 33 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 34 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 35 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain 36 a comparable contract in the state in which the nonresident's principal place of 37 business is located. 38 39 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to 40 be awarded, City will award the Contract within 90 days after the day of the Bid 41 opening unless extended in writing. No other act of City or others will constitute 42 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 43 the City. 44 45 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 46 47 18. Signing of Agreement 48 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 49 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 50 Contractor shall sign and deliver the required number of counterparts of the Agreement to Instructions to Bidders 00 21 13-9 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 City with the required Bonds, Certificates of Insurance, and all other required 2 documentation. City shall thereafter deliver one fully signed counterpart to Contractor. 3 4 END OF SECTION Instructions to Bidders 0021 13-10 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth 5 (also referred to as "City") procurement are required to complete Conflict of Interest 6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIQ.I)df 12 13 httl3://www.ethics.state.tx.us/forms/CIS.pdf 14 15 0 CIQ Form is on file with City Secretary 16 17 F171 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 Lq(,e Gtpbtr,f,aA By: K C ��trA 6-eq^ 28 Company - Please Print) X11 �0 30 P e firs�o n e Co r Signature: .m .. 31 Address 32 33 ckes��re , C`T b(Q`// ® Title: sen:o\r ID;s� rcc�' rMa��,g•ep 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION Conflict Of Interest Affidavit 0035 13-1 Federally Funded IFB Submittal Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport, Fort Worth,TX Ir CONFLICT OF INTEREST U TIO AIR FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. NWA�- Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes F-1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes F-1 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? O Yes F-1 No D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature F5 person doing business with the governmental entity Date r 201, Adopted 06/29/2007 f LOCAL V T OFFICER FORM CIS CONFLICTS I CL U RE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. 1 Name of Local Government Officer 2 Office Held NA 3 Name of person described by Sections 176.002(a)and 176.003(a), Local Government Code 4 Description of the nature and extent of employment or other business relationship with person named in item 3 4A 51 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted NA Description of Gift-- Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to a family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: EXTENSIONS OF RWY 16R, 16L AND TWY.A ALLIANCE AIRPORT, FORT WORTH, TEXAS City Project No.: Project Number 00960 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 C►o_Luments to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any Bid Form 0041 00-1 Federally Funded Addendum No.6 Extensions for RWY 16R, 16L,and TWY A July 7,2015 Alliance Airport, Fort Worth,TX P 6 Y thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coe-:rcive practice" means harming or threatening to harm, directly or indii.ectly, persons or their property to influence their participation in the bide ing process or affect the execution of the Contract. 3. Time of Completion 3.1. The Work will be complete for Final Acceptance as follows: a. For Phase 1, within 487 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions; b. For Phase 2, if awarded, within 791 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions; and c. For Phase 3, if awarded, within 852 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement and/or achievement of Milestones described in Section 70-13 of the FAA General Provisions. 4. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00; b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions; Bid Form 0041 00-2 Federally Funded Addendum No.6 Extensions for RWY 16R, 16L,and TWY A July 7,2015 Alliance Airport,Fort Worth,TX t t c. Proposal Form, Section 00 42 43; d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37; e. Conflict of Interest Affidavit, Section 00 35 13; If necessary, CIQ or CIS forms are to be provided directly to City Secretary f. Buy American Certification, attached; g. Evidence of competency and financial responsibility as required by Section 20-02 of the FAA General Provisions; and h. Any additional documents that may be required by Section 12 of the Instructions to Bidders. 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. Notice to Proceed for this contract will be made in phases as identified in the Proposal Forms and as follows: a. Notice to Proceed for Phase; 1 will be made within 120 calendar days of the date specified for publicly:opening bids; b. Notice to Proceed for Phase 2 will be made within 489 calendar days of the issuance of Notice to Proceed for Phase 1; and c. Notice to Proceed for Phase 3 will be made within 700 calendar days of the issuance of Notice to Proceed for Phase 1. In addition to the provisions enumerated in Article 15 of the Standard General Conditions of the Construction Contract, Notices to Proceed for either Phase 2 or Phase 3, or both, is conditional upon, among other criteria and conditions, the City's receipt, appropriation, and availability of funds. In the event insufficient funds are appropriated or are otherwise unavailable the City shall terminate the contract without penalty or expense to the City of any kind. Bidder understands that, while the Total Bid price includes amounts for Phases 1, 2, and 3, and the awarded contract will include all of Phases 1, 2, and 3, neither Phase 2 nor Phase 3 is funded at this time and Bidder agrees to hold good the unit prices bid for both Phases 2 and 3, provided that the Notices to Proceed for each phase are made within the times described above. Bid Form 0041 00-3 Federally Funded Addendum No.6 Extensions for RWY 16R, 16L,and TWY A July 7,2015 Alliance Airport, Fort Worth,TX C Y 6.3. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid „ .. .3' 7. Bid Submittal This Bid is submitted on July 9, 2015 by the entity named below. Res Receipt is acknowledged p ctf���suibmltted Initial of the following Addenda: By. w..w Addendum No. 1, (Signature) Addendum No. 2: Addendum No. 3: Richard A. Bean Addendum No. 4: (Printed Name) Addendum No. fa: Addendum No. &: Title: Senior District Manager Company: The Lane Construction Corporation Corporate Seal: Address: 90 Fieldstone Court Cheshire, CT 06410 State of Incorporation: Connecticut Email: RABean @laneconstruct.com Phone: (817) 632-3800 END OF SECTION Bid Form 0041 00-4 Federally Funded Addendum No.6 Extensions for RWY 16R, 16L,and TWY A July 7,2015 Alliance Airport, Fort Worth,TX Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (no-, both) by inserting a checkmark ([A or the letter "X". Bidder or offeror hereby certifies that it will comply with 40 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the -AA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: Bid Form Federally Funded IFB Submitted Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport, Fort Worth,TX 0041 00-4 a a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost aca compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver— Total -ost of project using US domestic source product exceeds thE' total project cost using rlon-domestic product by 25%. The required documentation for a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 U:3C § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. RieharA. Bean .. ° Date Signature The Lane Construction Corporation Senior District Manager _ Company Name Title Bid Form Federally Funded IFB Submitted Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport, Fort Worth,TX 0041 00-5 k y r SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value Item No. Measure PHASE 1 BID 1 CONSTRUCTION MANAGER FIELD OFFICE M-102-5.1 LS 1 $78,000.00 $78,000.00 2 MOBILIZATION P-140-5.1 LS 1 $1,740,000.00 $1,740,000.00 3 TRENCH EXCAVATION PROTECTION _ 402-4.1 LF 5,245 $2.29 $12,011.05 4 18-IN PROTECTION ROCK RIPRAP 432-5.1 CY 455 $195.00_ $88,725.00 5 CONSTRUCTION BARRICADE PLACEMENT&TRAFFIC G-300-5.1 LS 1 $65,000.00 $65,000.00 CONTROL 6 LIGHTED RUNWAY CLOSURE MARKER INSTALLATION G-300-5.2 LS 1 $57,000.00 $57,000.00 7 DEMOLISH ASPHALT PAVEMENT G-700-4.1 SY 10,175 $5.20 $52,910.00 8 DEMOLISH CONCRETE PAVEMENT G-700-4.2 SY 6,076 $5.70_ $34,633.20 9 DEMOLISH PAVEMENT MARKINGS G-700-4.3 SF 184,800 $0.89 $164,472.00 10 DEMOLISH 8 FOOT CHAIN LINK FENCING WITH MOW G-700-4.4 LF 3,233 $9.80 $31,683.40 STRIP _ 11 DEMOLISH TEMPORARY FENCING WITHOUT JERSEY G-700-4.5 LF 5,080 $1.28 $6,502.40 BARRIER 12 DEMOLISH TEMPORARY FENCING WITH JERSEY G-700-4.6 LF 395 $49.50 $19,552.50 BARRIER 13 DEMOLISH 5 FOOT 7 STRAND BARBED WIRE FENCING G-700-4.7 LF 5,072 $0.87` $4,412.64 14 DEMOLISH PIPE FENCING G-700-4.8 LF 121 $10.20 $1,234.20 15 DEMOLSIH 6'X 4'J BOX G-700-4.9 EA 65 $710.00 $46,150.00 16 DEMOLISH GUARD RAIL G-700-4.10 LF 521 $4.50 $2,344.50 17 DEMOLISH CONCRETE PIPE(12"-18") G-700-4.11 LF 447 $29.50 $13,186.50 18 DEMOLISH CONCRETE PIPE 24"-36" G-700-4.12 LF 222 $40.00 $8,880.00 19 DEMOLISH HEADWALLS G-700-4.13 EA 4 $3,500.00 $14,000.00 20 DEMOLSIH SAFETY END TREATMENT G-700-4.14 EA 12 $590.00 $7,080.00 21 DEMOLISH 36"X18"BOX CULVERT G-700-4.15 LF 38 $76.08 $2,891.04 22 DEMOLISH 12"X30"BOX CULVERT G-700-4.16 LF 56 $125_00 $7,000.00 23 DEMOLISH GATE G-700-4.18 EA 13 $400.00 $5,200.00 24 DEMOLISH ELECTRICAL MANHOLES AND DUCT BANK G-700-4.19 EA 2 $28,000.00 $56,000.00 25 DEMOLISH ALSF-2/LOC SHELTER,EQUIPMENT PADS G-700-4.20 LS 1 $43,000.00 $43,000.00 AND SURROUNDING RETAINING WALL 26 DEMOLISH TELEPHONE/POWER POLE G-700-4.21 EA 24 $5,300.00 $127,200.00 27 DEMOLISH INLET G-700-4.22 EA 3 $1,500.00 $4,500.00 28 DEMOLISH RAILROAD TRACK,TIES,BALLST, G-700-4.23 LF 4,320 $25.00 $108,000.00 _ HARDWARE.SIGNALS SIGNALE EQUIPMENT SHED 29 DEMOLSIH RIP-RAP G-700-4.24 SY 924 $14.90 $13,767.60 30 CLEARING AND GRUBBING P-151-4.1 AC 50 $15,000.00 $750,000.00 31 EMBANKMENT(ZONE 1) _ P-152-4.1 CY 87,400 $19.00 $1,660,600.00 32 EMBANKMENT(ZONE 2) P-152-4.2 CY 741,214 $15.00 $11,118,210.00 33 EMBANKMENT(ZONE 3) P-152-4.3 CY 3,594 $45.00 $161,730.00 34 UNSUITABLE EXCAVATION P-152-4.4 CY 22,500 $15.50 $348,750.00 35 6-INCH LIME-TREATED SUBGRADE P-155-8.1 SY 24,649 $1.90 $46,833.10 36 9-INCH LIME-TREATED SUBGRADE P-155-8.2 SY 51,604 $2.00 $103,208.00 37 LIME P-155-8.3 TON 1,713 $135.00 $231,255.00 38 STABILIZED CONSTRUCTION ENTRANCE P-156-5.1 EA 2 $1,300.00 $2,600.00 39 ROCK FILTER DAMS P-156-5.2 LF 30 $18.90 $567.00 40 EROSION CONTROL SEDIMENT LOG P-156-5.3 LF 9,100 $2.70 $24,570.00 41 EROSION CONTROL BLANKET P-156-5.4 SY 7,300 $3.20 $23,360.00 42 6-INCH CRUSHED AGGREGATE BASE COURSE P-209-5.1 SY 50,121 $11.40 $571,379.40 43 ASPHALT SURFACE COURSE P-403-8.1 TON 1,131 $163.00 $184,353.00 44 ASPHALT STABILIZED BASE P-403-8.2 TON 23,228 $98.50 $2,287,958.00 45 14-INCH PORTLAND CEMENT CONCRETE PAVEMENT P-501-8.1 SY 40,831 $75.00 $3,062,325.00 46 =REINFORCED PORTLAND CEMENT CONCRETE P-501-8.2 SY 3,778 $80.00 $302,240.00 PAVEMENT 47 14-INCH TO 18-INCH THICKENED PORTLAND CEMENT P-501-8.3 SY 1,943 $85.00 $165,155.00 CONCRETE PAVEMENT 48 14-INCH TO 18-INCH THICKENED REINFORCED P-501-8.4 SY 586 $87.00 $50,982.00 PORTLAND CEMENT CONCRETE PAVEMENT 49 BITUMINOUS PRIME COAT P-602-5.1 GAL 87,552 $5.51 $482,411.52 50 BITUMINOUS TACK COAT P-603-5.1 GAL 64,161 $3.60 $230,979.60 51 RUNWAY AND TAXIWAY PAINTING(WHITE) P-620-5.1 SF J 140,478 $0.89 $125,025.42 52 RUNWAY AND TAXIWAY PAINTING(YELLOW) P-620-5.2 SF 5,688 $0.89 $5,062.32 53 RUNWAY AND TAXIWAY PAINTING(RED) P-620-5.3 SF 450 $1.23 $553.50 54 RUNWAY AND TAXIWAY PAINTING(BLACK) P-620-5.4 SF 39,368 $0.28 $11,023.04 Proposal Form 00 42 43-1 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport, Fort Worth,TX , r SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value Item No. Measure 55 TEMPORARY PAVEMENT MARKINGS PAINTING(All P-620-5.5 SF 2,500 $0.51 $1,275.00 COLORS) 56 SAW-CUT GROOVING P-621-5.1 SY 38,495 $1.24 $47,733.80 57 54 INCH RCP CLASS III D-701-5.1 LF 1,008 $370.00 $372,960.00 58 54 INCH RCP CLASS V D-701-5.2 LF 550 $500.00 $275,000.00 59 48 INCH RCP CLASS III D-701-5.3 LF 500 _ $310.00 $155,000.00 60 48 INCH RCP CLASS V _ D-701-5.4 LF 793 $400.00 $317,200.00 61 42 INCH RCP CLASS III D-701-5.5 LF 1,670 $260.00 $434,200.00 62 36 INCH RCP CLASS III D-701-5.6 _LF _ 394 _ $240.00 $94,560.00 63 24 INCH RCP CLASS III D-701-5.7 LF 330 $108.00 $35,640.00 64 41NCH SCHD 40 NON-PERF PVC PIPE D-701-5.8 LF 179 $15.90 $2,846.10 65 4 INCH SCHD 40 PERF PVC PIPE D-701-5.9 LF 656 $17.80 $11,676.80 66 MANHOLE,TYPE 1 D-751-5.1 EA 1 $61,000.00 $61,000.00 67 MANHOLE,TYPE 2 D-751-5.2 EA 2 $74,000.00 $148,000.00 68 INLET,TYPE 1 D-751-5.3 EA 8 $43,000.00 $344,000.00 69 INLET,TYPE 2 D-751-5.4 EA 2 $43,000.00 $86,000.00 70 SAFETY END TREATMENT,FOR DUAL 24-IN RCP, D-752-5.1 EA 1 $5,500.00 $5,500.00 COMPLETE IN PLACE 71 ADJUST EXISTING INLET D-752-5.2 _ EA 1 $8,900.00 $8,900.00 72 CONNECTION TO EXISTING INLET D-752-5.3 EA _ 1 $2,700.00 $2,700.00 73 5-INCH CONCRETE SLOPE PROTECTION D-754-5.1 SY 45 $210.00 $9,450.00 74 8 FT PVC COATED CHAIN-LINK FENCE INCLUDING MOW F-162-5.1 LF 12,493 $38.50 $480,980.50 STRIP w 75 TEMPORARY FENCE WITHOUT JERSEY BARRIER F-162-5.2a LF 5,080 $17.60 $89,408.00 76 TEMPORARY FENCE WITH JERSEY BARRIER F-162-5.2b LF 395 $85.00 $33,575.00 77 24 FOOT SINGLE SWING VEHICULAR GATE F-162-5.3a EA 2 $2,000.00 $4,000.00 78 DRILL SEEDING T-901-5.1 AC 36 $1,400.00 $50,400.00 79 SODDING T-904-5.1 I SY 2,300 $3.10 $7,130.00 80 TOPSOILING(OBTAINED ON SITE OR REMOVED FRM T-905-5.1 CY 3,350 $11.30 $37,855.00 STOCKPILE) 81 TOPSOILING FURNISHED FROM OFF SITE) T-905-5.2 CY 17,200 $17.30 $297,560.00 82 TEMPORARY IRRIGATION SYSTEM INSTALLATION AND SS-603-5.1 LS 1 $175,000.00 $175,000.00 REMOVAL _ 83 WATER SS-603-5.2 CCF 23,500 $3.00 $70,500.00 84 FIBER OPTIC CABLE 24 STRAND SINGLE MODE 16125-1 LF 6,108 $2.10 $12,826.80 85 UTILITY TRANSFORMER PAD FOR ALSF SITE 16210-1 EA 1 $19,000.00 $19,000.00 86 RUNWAY 16L ALSF-2 ENGINE GENERATOR SYSTEM 16620-1 LS 1 $32,000.00 $32,000.00 87 UTILITY TRANSFORMER PAD FOR LIGHTING VAULT SITE 16210-2 EA 1 i$21,000.00 $21,000.00 88 UTILITY TRANSFORMER PAD REMOVAL FOR LIGHTING 16210-3 EA 1 $1,100.00 $1,100.00 VAULT SITE 89 1/C#8 AWG 5KV L-824 CABLE L-108-1 LF 87,178 $1.27 $110,716.06 90 11C#2/0 AWG 600V CABLE L-108-2 LF 3,562 $3.20 $11,398.40 91 1/C#6 AWG 600V CABLE L-108-4 LF 9,427 $1.01 $9,521.27 92 1/C#10 AWG 600V CABLE L-108-5 LF 733 _ $0.51_ $373.83 93 11C#6 AWG 5KV SHIELDED CABLE L-108-6 LF 7,342 $3.70 $27,165.40 94 1/C#4/0 AWG DUCTBANK GROUND WIRE L-108-7 LF 19,980 $6.40 $127,872.00 95 1/C#1/0 AWG BARE GUARD WIRE L-108-8 LF 32,560 $3.70 $120,472.00 96 1/C#2 AWG GREEN GROUND WIRE _ L-108-9 LF 594 $1.77 $1,051.38 97 1/C#6 AWG GREEN GROUND WIRE L-108-10 LF 19,593 $0.96 $18,809.28 98 50 PR#19 AWG CONTROL CABLE L-108-11 LF 8,134 $9.60 $78,086.40 99 12 PR#19 AWG CONTROL CABLE L-108-12 LF 2,177 $3.20 $6,966.40 100 25 PR#19 AWG CONTROL CABLE L-108-13 LF_ 1,905 $5.60 $10,668.00 101 7/8"HELIAX CABLE L-108-14 LF 2,402 $8.50 $20,417.00 102 INSTALL#6 AWG B.C.COUNTERPOISE WIRE,INCLUDING L-108-15 LF 12,957 $1.11 $14,382.27 GROUND RODS AND GROUND CONNECTIONS _ 103 1/C#4 AWG 600V CABLE L-108-16 LF 6,820 $1.77 $12,071.40 104 INSTALL AIRFIELD LIGHTING EQUIPMENT BUILDING, L-109-1 LS 1 $723,000.00 $723,000.00 ELECTRICAL EQUIPMENT.COMPLETE 105 ALCMS MODIFICATIONS-COMPLETE,PER LUMP SUM L-109-2 LS 1 $53,000.00 $53,000.00 TO BE PAID FOR SEPARATELY BY OWNER 106 MODIFICATIONS AT EXISTING GENERATOR PAD, L-109-3 LS 1 $48,000.00 $48,000.00 COMPLETE 107 DEMOLISH EXISTING ELECTRICAL EQUIPMENT AT L-109-4 LS 1 $17,000.00 $17,000.00 AIRFIELD LIGHTING EQUIPMENT BUILDING.COMPLETE 108 TEMPORARY ELECTRICAL WORK AT AIRFIELD LIGHTING L-109-5 JLF 1 $160,000.00 $160,000.00 EQUIPMENT BUILDING.COMPLETE 109 ONCOR DUCTBANK,10-WAY 6"SCHEDULE 40 PVC, L-110-1 1,635 $182.00 $297,570.00 CONCRETEENCASED 110 2"SCHEDULE 80 PVC CONDUIT DIRECT BURIED L-110-2 1,310 $6.40 $8,384.00 111 4"SCHEDULE 80 PVC CONDUIT,DIRECT BURIED L-110-3 14,875 $9.60 $142,800.00 Proposal Form 00 42 43-2 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport,Fort Worth,TX SECTION 00 42 43 PROPOSAL FORM Unit Price Bid Bidder's Application Project Item Information Bidders Proposal Bidlist Description Bid Item No. Unit of Item No. Measure Bid Quantity Unit Price Bid Value 112 4"HDPE CONDUIT DIRECTIONALLY DRILLED _ L-110-4 LF 1,500 $42.50 $63,750.00 113 2"HDPE CONDUIT,DIRECTIONALLY DRILLED L-110-5 LF 1,855 $32.00 $59,360.00 114 FAA DUCTBANK,2-WAY 4"SCHEDULE 40 PVC L-110-6 LF 8,688 $28.50 $247,608.00 CONCRETE ENCASED 115 FAA DUCTBANK,4-WAY 4"SCHEDULE 40 PVC, L-110-7 LF 405 $40.50 $16,402.50 CONCRETEENCASED 116 FAA DUCTBANK,8-WAY 4"SCHEDULE 40 PVC L-110-8 LF 5,081 $82.00 $416,642.00 CONCRETE ENCASED 117 1"INNER DUCT L-110-17 LF 27,274 $0.86 $23,455.64 118 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-18 LF 12,259 $11.15 $136,687.85 CONCRETE ENCASED 119 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-19 LF 368 $53.00 $19,504.00 CONCRETE ENCASED(IN EXISTING ASPHALT) �__ 120 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, y L-110-20 LF 73 $58.50 $4,270.50 CONCRETE ENCASED(IN EXISTING CONCRETE) 121 AIRFIELD DUCTBANK 1 WAY,21NCH SCHEDULE 40 PVC, L-110-21 LF 1,293 $102.00 $131,886.00 REINFORCED CONCRETE ENCASED(IN EXISTING 122 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-22 LF 2,404 $17.00 $40,868.00 REINFORCED CONCRETE ENCASED 123 AIRFIELD DUCTBANK 2 WAY,3 INCH SCHEDULE 40 PVC, L-110-23 LF 535 $25.50 $13,642.50 CONCRETE ENCASED 124 ONCOR DUCTBANK,2-WAY 6"SCHEDULE 40 PVC, L-110-24 LF 785 $49.00 $38,465.00 CONCRETE ENCASED 125 AIRFIELD DUCTBANK 4 WAY,3 INCH SCHEDULE 40 PVC, L-110-25 LF 119 $47.00 $5,593.00 REINFORCED CONCRETE ENCASED P_ 126 AIRFIELD DUCTBANK 2 WAY,6 INCH SCHEDULE 40 PVC, L-110-26 LF 119 $31.00 $3,689.00 DIRECT BURIED 127 4'X4'HANDHOLE,AIRCRAFT RATED L-115-1 EA 34 $9,300.00 $316,200.00 128 4'X4'HANDHOLE,NON-AIRCRAFT RATED L-115-2 EA 62 $5,900.00 $365,800.00 129 ONCOR MANHOLE L-115-3 EA 5 $13,000.00 $65,000.00 130 INSTALL L-867B JUNCTION BOX,COMPLETE _ L-115-4 EA 14 $850.00 $11,900.00 131 ELECTRICAL MANHOLE(PRECAST)6FT X 4FT L-115-5 EA 1 $9,700.00 $9,700.00 132 REMOVE ELEVATED RUNWAY/TAXIWAY LIGHT, L-125-1 EA 6 $37.00 $222.00 COMPLETE 133 REMOVE IN-PAVEMENT RUNWAY/TAXIWAY LIGHT AND L-125-2 EA 112 $106.00 $11,872.00 INSTALL STEEL COVER PLATE.COMPLETE 134 INSTALL L-861T LED ELEVATED TAXIWAY EDGE LIGHT, L-125-3 EA 19 $1,200.00 $22,800.00 COMPLETE 135 INSTALL L-862 ELEVATED RUNWAY EDGE LIGHT, L-125-7 EA 34 $1,300.00 $44,200.00 COMPLETE 136 INSTALL L-862 ELEVATED RUNWAY EDGE LIGHT L-125-8 EA 72 $64.00 $4,608.00 FIXTURE LENS(COLOR WHITE-WHITE) INSTALL L-862 ELEVATED RUNWAY EDGE LIGHT 137 FIXTURE LENS(COLOR WHITE-YELLOW) L-125-9 EA 17 $122.00 $2,074.00 138 INSTALL(TEMPORARY)L-862E ELEVATED RUNWAY END L-125-10 EA 8 $1,400.00 $11,200.00 LIGHT.COMPLETE 139 INSTALL L-862 ELEVATED RUNWAY EDGE LIGHT ON L-125-11 `EA 78 $480.00 $37,440.00 EXISTING BASE.COMPLETE _ 140 INSTALL L-862E ELEVATED RUNWAY THRESHOLD L-125-12 EA 8 $1,200.00 $9,600.00 LIGHT.COMPLETE 141 INSTALL L-850C IN-PAVEMENT RUNWAY EDGE LIGHT, L-125-18 EA 1 $2,100.00 $2,100.00 COMPLETE 142 INSTALL L-850C IN-PAVEMENT RUNWAY EDGE LIGHT L-125-19 EA 18 $960.00 $17,280.00 ON EXISTING BASE.COMPLETE 143 INSTALL(RELOCATED)L-804 LED ELEVATED RUNWAY L-125-21 EA 3 $940.00 $2,820.00 GUARD LIGHT.COMPLETE 144 REMOVE L-858 GUIDANCE SIGN AND CONCRETE BASE, L-125-24 EA 19 $480.00 $9,120.00 COMPLETE 145 INSTALL L-858 GUIDANCE SIGN,1 MODULE,SIZE 3,ON L-125-25 EA 2 $3,200.00 $6,400.00 CONCRETE BASE 146 INSTALL L-858 GUIDANCE SIGN,2 MODULE,SIZE 3,ON L-125-26 EA 2 $4,100.00 $8,200.00 CONCRETE BASE 147 INSTALL L-858 GUIDANCE SIGN,4 MODULE,SIZE 3,ON L-125-27 EA 1 $6,400.00 $6,400.00 CONCRETE BASE 148 INSTALL L-858 GUIDANCE SIGN,RUNWAY DISTANCE L-125-28 EA 9 $3,700.00 $33,300.00 REMAINING(RDR) SIZE 4.ON CONCRETE BASE 149 INSTALL L-858 GUIDANCE SIGN PANEL -125-29 EA 1 $530.00 $530.00 150 INSTALL L-858 GUIDANCE SIGN ONE MODULE POWER L-125-30 EA 12 $1,200.00 $14,400.00 KIT 151 INSTALL L-858 GUIDANCE SIGN FOUR MODULE POWER L-125-31 EA 2 $2,100.00 $4,200.00 KIT Proposal Form 00 42 43-3 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport, Fort Worth,TX SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value Item No. Measure 152 RUNWAY 16LALSF-2/34R LOC SUBSTATION FACILITY L-891-1 LS 1 $2,056,000.00 $2,056,000.00 153 RUNWAY 34R TEMPORARY LOCALIZER SHELTER L-895-5 LS_ 1 $105,000.00_ $105,000.00 154 RUNWAY 16R PAP[INSTALLATION,COMPLETE L-896-01 LS 1 $32,000.00 $32,000.00 155 RUNWAY 16R REILS INSTALLATION,COMPLETE L-896-02 LS 1 __ $18,000.00 $18,000.00 156 WINDCONE INSTALLATION,COMPLETE L-896-03 LS 1 $29,000.00 $29,000.00 TOTAL PHASE 1 BID $35,011,359.01 PHASE 2 BID 1 CONSTRUCTION MANAGER FIELD OFFICE M-102-5.1 LS 1 $19,000.00 $19,000.00 2 MOBILIZATION P-140-5.1 LS 1 $790,000.00 $790,000.00 3 CONSTRUCTION BARRICADE PLACEMENT&TRAFFIC G-300-5.1 LS 1 $31,000.00 $31,000.00 CONTROL _ 4 LIGHTED RUNWAY CLOSURE MARKER INSTALLATION G-300-5.2 LS 1 $41,000.00 $41,000.00 5 DEMOLISH PAVEMENT MARKINGS G-700-4.3 SF 123,200 $0.89 $109,648.00 6 DEMOLISH LIGHTING ELEVATED PLATFORM,JERSEY G-700-4.17 LS 1 $176,000.00 $176,000.00 BARRIERS AND RETAINING WALL µ _ 7 CLEARING AND GRUBBING_ P-151-4.1 _ AC 34 $15,000.00 $510,000.00 8 EMBANKMENT(ZONE1) _ P-152-4.1 _ CY 183,540 $14.00 $2,569,560.00 9 _EMBANKMENT(ZONE 2) P-152-4.2 CY 60,000 $12.00 $720,000.00 10 EMBANKMENT(ZONE 3) i P-152-4.3 CY 7,548 $40.00 $301,920.00 11 UNSUITABLE EXCAVATION P-152-4.4 CY _ 4,500 $15.50 y $69,750.00 12 6-INCH LIME-TREATED SUBGRADE P-155-8.1 SY 18,504 $1.90 $35,157.60 13_9-INCH LIME-TREATED SUBGRADE P-155-8.2 SY 36,722 $2.00 $73,444.00 14 LIME P-155-8.3 _ TON 1,150 $135.00 $155,250.00 15 STABILIZED CONSTRUCTION ENTRANCE P-156-5.1 EA 1 $1,300.00 $1,300.00 16 ROCK FILTER DAMS P-156-5.2 LF 10 $18.90 $189.00 17 EROSION CONTROL SEDIMENT LOG P-156-5.3 LF 9,100 $2.70 $24,570.00 18 EROSION CONTROL BLANKET P-156-5.4 SY 6,100 $3.20 $19,520.00 19 6-INCH CRUSHED AGGREGATE BASE COURSE P-209-5.1 SY 35,667 $11.40 $406,603.80 20 ASPHALT SURFACE COURSE P-403-8.1 TON 2,600 $117.00 $304,200.00 21 ASPHALT STABILIZED BASE P-403-8.2 TON 20,290 $100.00 $2,029,000.00 22 14-INCH PORTLAND CEMENT CONCRETE PAVEMENT P-501-8.1 SY 29,046 $73.00 $2,120,358.00 23 14-INCH REINFORCED PORTLAND CEMENT CONCRETE P-501-8.2 SY 2,688 $80.00 $215,040.00 PAVEMENT 24 14-INCH TO 18-INCH THICKENED PORTLAND CEMENT P-501-8.3 SY 1,382 $90.00 $124,380.00 CONCRETE PAVEMENT 25 14-INCH TO 18-INCH THICKENED REINFORCED P-501-8.4 SY 416 $92.00 $38,272.00 PORTLAND CEMENT CONCRETE PAVEMENT 26 RUNWAY AND TAXIWAY PAINTING(WHITE) P-620-5.1 SF 145,480 $0.89 $129,477.20 27 RUNWAYAND TAXIWAY PAINTING(YELLOW) P-620-5.2 SF 10,898 $0.89 $9,699.22 28 RUNWAY AND TAXIWAY PAINTING(REP) _ P-620-5.3 SF 915 $1.23 $1,125.45 29 RUNWAY AND TAXIWAY PAINTING(BLACK) P-620-5.4 SF 44,740 $0.28 $12,527.20 30 TEMPORARY PAVEMENT MARKINGS PAINTING(All P-620-5.5 SF 1,250 $0.51 $637.50 COLORS) _ 31 SAW-CUT GROOVING P-621-5.1 SY 20,085 $1.24 $24,905.40 32 4 INCH SCHD 40 NON-PERF PVC PIPE D-701-5.8 LF 365 $15.60 $5,694.00 33 41NCH SCHD 40 PERF PVC PIPE D-701-5.9 LF 1,344 $17.90 $24,057.60 34 DRILL SEEDING T-901-5.1 AC 24 $1,400.00 $33,600.00 35 SODDING T-904-5.1 SY 2,300 $3.10 $7,130.00 36 TOPSOILING(OBTAINED ON SITE OR REMOVED FROM T-905-5.1 CY 2,280 $12.20 $27,816.00 STOCKPILE) 37 TOPSOILING(FURNISHED FROM OFF SITE) T-905-5.2 CY 11,700 $18.60 $217,620.00 38 TEMPORARY IRRIGATION SYSTEM INSTALLATION AND SS-603-5.1 LS 1 $118,000.00 $118,000.00 REMOVAL 39 WATER SS-603-5.2 CCF 16,000 $3.00 $48,000.00 40 FIBER OPTIC CABLE 24 STRAND SINGLE MODE 16125-1 LF 9,162 $2.70 $24,737.40 41 11C#8 AWG 5KV L-824 CABLE L-108-1 LF 130,767 $1.27 $166,074.09 42 1/C#210 AWG 600V CABLE L-108-2 LF 5,343 $3.20 $17,097.60 43 1/C#1 AWG 600V CABLE L-108-3 LF 6,105 $2.20 $13,431.00 44 1/C#6 AWG 600V CABLE L-108-4 LF 11,149 $1.01 $11,260.49 45 1/C#10 AWG 600V CABLE L-108-5 LF 2,932 $0.51 $1,495.32 46 1/C#6 AWG 5KV SHIELDED CABLE L-108-6 LF 11,013 $3.70 $40,748.10 47 1/C#4/0 AWG DUCTBANK GROUND WIRE_ L-108-7 LF 2,220 $6.40 $14,208.00 48 11C#110 AWG BARE GUARD WIRE L-108-8 LF 8,140 $3.70 $30,118.00 49 1/C#2 AWG GREEN GROUND WIRE L-108-9 LF 5,786 $1.77 $10,241.22 50 11C#6 AWG GREEN GROUND WIRE L-108-10 LF 27,552 $0.96 $26,449.92 51 50 PR#19 AWG CONTROL CABLE L-108-11 LF 2,711 $9.80 $26,567.80 52 112 PR#19 AWG CONTROL CABLE L-108-12 LF 6,529 $3.20 $20,892.80 53 25 PR#19 AWG CONTROL CABLE L-108-13 LF 2,035 $5.60 $11,396.00 54 7/8"HELIAX CABLE L-108-14 LF 7,204 $8.50 $61,234.00 Proposal Form 00 42 43-4 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport,Fort Worth,TX SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value Item No. Measure 55 INSTALL#6 AWG B.C.COUNTERPOISE WIRE,INCLUDING L-108-15 LF 39,211 $1.11 $43,524.21 GROUND RODS AND GROUND CONNECTIONS 56 INSTALL AIRFIELD LIGHTING EQUIPMENT BUILDING, L-109-1 LS 1 $2,700.00 $2,700.00 ELECTRICAL EQUIPMENT.COMPLETE _ 57 ALCMS MODIFICATIONS-COMPLETE,PER LUMP SUM L-109-2 LS 1 _ $27,000.00 $27,000.00 TO BE PAID FOR SEPARATELY BY OWNER 58 MODIFICATIONS AT EXISTING GENERATOR PAD, L-109-3 LS 1 $1,900.00 $1,900.00 COMPLETE 59 DEMOLISH EXISTING ELECTRICAL EQUIPMENT AT L-109-4 LS 1 $19,000.00 $19,000.00 AIRFIELD LIGHTING EQUIPMENT BUILDING.COMPLETE _ 60 TEMPORARY ECTRICAL WORK AT AIRFIELD LIGHTING L-109-5 LS 1 $2,800.00 $2,800.00 EQUIPMENT BUILLEDING.COMPLETE _ 61 FAA DUCTBANK,2-WAY 4"SCHEDULE 40 PVC L-110-6 LF 2,172 $26.50 $57,558.00 _ CONCRETE ENCASED _ 62 FAA DUCTBANK,4-WAY 4"SCHEDULE 40 PVC, L-110-7 LF 135 $42.50 $5,737.50 CONCRETE ENCASED 63 FAA DUCTBANK,8-WAY 4"SCHEDULE 40 PVC L-110-8 LF 1,694 $80.00 $135,520.00 CONCRETE ENCASED 64 FAA DUCTBANK,1-WAY 2"SCHEDULE 40 PVC L-110-9 LF 520 $10.60 $5,512.00 CONCRETE ENCASED 65 FAA DUCTBANK,2-WAY 2"SCHEDULE 40 PVC L-110-10 LF 2,035 $26.50 $53,927.50 CONCRETE ENCASED _ 66 FAA DUCTBANK,3-WAY 2"SCHEDULE 40 PVC L-110-11 LF 45 $27.50 $1,237.50 CONCRETE ENCASED 67 FAA DUCTBANK,4-WAY 2"SCHEDULE 40 PVC L-110-12 LF 490 $28.50 $13,965.00 CONCRETE ENCASED 68 FAA DUCTBANK,5-WAY 2"SCHEDULE 40 PVC L-110-13 LF 435 $34.00 $14,790.00 CONCRETE ENCASED _ 69 FAA DUCTBANK,6-WAY 2"SCHEDULE 40 PVC L-110-14 LF 2,195 $38.50 $84,507.50 CONCRETE ENCASED 70 FAA DUCTBANK,7-WAY 2"SCHEDULE 40 PVC L-110-15 LF 125 $42.50 $5,312.50 CONCRETE ENCASED 71 FAA DUCTBANK,7-WAY 2"SCHEDULE 40 PVC L-110-16 LF 65 $67.00 $4,355.00 REINFORCED CONCRETE ENCASED 72 1"INNER DUCT L-110-17 LF 40,911 $0.86 $35,183.46 73 AIRFIELD DUCTBANK 1 WAY,21NCH SCHEDULE 40 PVC, L-110-18 LF 5,732 $13.80 $79,101.60 CONCRETE ENCASED 74 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-19 LF 921 $53.00 $48,813.00 CONCRETE ENCASED(IN EXISTING ASPHALT) 75 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-20 LF 183 $58.50 $10,705.50 CONCRETE ENCASED(IN EXISTING CONCRETE) AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, 76 REINFORCED CONCRETE ENCASED(IN EXISTING L-110-21 LF 3,233 $102.00 $329,766.00 CONCRETE) 77 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-22 LF 6,011 $17.00 $102,187.00 REINFORCED CONCRETE ENCASED 78 AIRFIELD DUCTBANK 2 WAY,31NCH SCHEDULE 40 PVC, LA 10-23 LF 1,338 $26.50 $35,457.00 CONCRETE ENCASED 79 AIRFIELD DUCTBANK 4 WAY,3 INCH SCHEDULE 40 PVC, L-110-24 LF 652 $32.00 $20,864.00 CONCRETE ENCASED AIRFIELD DUCTBANK 4 WAY,3 INCH SCHEDULE 40 PVC, 80 REINFORCED CONCRETE ENCASED L-110-25 LF 297 $46.00 $13,662.00 81 4'X4'HANDHOLE,AIRCRAFT RATED _ L-115-1 EA 12 $9,300.00 $111,600.00 82 4'X4'HANDHOLE NON-AIRCRAFT RATED L-115-2 EA 16 $5,900.00 $94,400.00 83 INSTALL L-8678 JUNCTION BOX COMPLETE L-115-4 EA 4 _ $850.00 $3,400.00 84 REMOVE ELEVATED RUNWAYrrAXIWAY LIGHT, L-125-1 EA 14 $37.00 $518.00 COMPLETE _ 85 REMOVE IN-PAVEMENT RUNWAYrrAXIWAY LIGHT AND L-125-2 EA 280 $106.00 $29,680.00 INSTALL STEEL COVER PLATE,COMPLETE _ 86 INSTALL L-861T LED ELEVATED TAXIWAY EDGE LIGHT, L-125-3 EA 48 $1,200.00 $57,600.00 COMPLETE 87 INSTALL L-852(A-D)IN-PAVEMENT TAXIWAY L-125-5 EA 25 $2,000.00 $50,000.00 CENTERLINE LIGHT,COMPLETE 88 INSTALL L-852(A-D)IN-PAVEMENT TAXIWAY L-125-6 EA 7 $2,300.00 $16,100.00 CENTERLINE LIGHT IN EXISTING PAVEMENT.COMPLETE 89 INSLL L-862 ELEVATED RUNWAY EDGE LIGHT L-125-9 EA 9 $64.00 $576.00 FIXTUTA RE LENS(COLOR WHITE-YELLOW) 90 INSTAL -8 62E ELEVATED RUNWAY THRESHOLD L-125-12 EA 8 $1,400.00 $11,200.00 L LL IGHT.COMPLETE _ 91 INSTALL L-850A IN-PAVEMENT RUNWAY CENTERLINE L-125-13 EA 27 $2,000.00 $54,000.00 LIGHT.COMPLETE Proposal Form 00 42 43-5 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport, Fort Worth,TX � t SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value Item No. Measure _ 92 INSTALL L-850A IN-PAVEMENT RUNWAY CENTERLINE L-125-14 EA 28 $2,300.00 $64,400.00 LIGHT IN EXISTING PAVEMENT COMPLETE 93 INSTALL L-850A IN-PAVEMENT RUNWAY CENTERLINE L-125-15 EA 60 $740.00 $44,400.00 LIGHT ON EXISTING BASE.COMPLETE 94 INSTALL L-850B IN-PAVEMENT RUNWAY TOUCHDOWN L-125-16 EA 84 $1,800.00 $151,200.00 ZONE LIGHT.COMPLETE 95 INSTALL L-850B IN-PAVEMENT RUNWAY TOUCHDOWN L-125-17 EA 96 $2,300.00 $220,800.00 ZONE LIGHT IN EXISTING PAVEMENT COMPLETE 96 INSTALL L-850C IN-PAVEMENT RUNWAY EDGE LIGHT, L-125-18 EA 5 $2,200.00 $11,000.00 COMPLETE 97 INSTALL L-804 LED ELEVATED RUNWAY GUARD LIGHT, L-125-20 EA 2 $4,500.00 $9,000.00 COMPLETE 98 INSTALL L-852G LED IN-PAVEMENT RUNWAY GUARD L-125-22 EA 10 $2,800.00 $28,000.00 LIGHT.COMPLETE _ 99 INSTALL L-858 GUIDANCE SIGN,1 MODULE,SIZE 3,ON L-125-25 EA 4 $3,400.00 $13,600.00 CONCRETE BASE 100 INSTALL L-858 GUIDANCE SIGN,4 MODULE,SIZE 3,ON L-125-27 EA 1 $6,400.00 $6,400.00 CONCRETE BASE 101 INSTALL L-858 GUIDANCE SIGN,RUNWAY DISTANCE L-125-28 EA 9 $3,700.00 $33,300.00 REMAINING RDR,SIZE 4 ON CONCRETE BASE 102 RUNWAY 16L TOUCHDOWN RVR FACILITY L-890-1 LS 1 $21,000.00 $21,000.00 103 RUNWAY 16L-34R MIDFIELD RVR FACILITY L-890-2 LS 1 $43,000.00 $43,000.00 104 RUNWAY 16L APPROACH LIGHTING SYSTEM L-891-2 _ LS 1 $1,390,000.00 $1,390,000.00 105 RUNWAY 16L GLIDE SLOPE FACILITY L-895-1 LS 1 $128,000.00 $128,000.00 106 RUNWAY 16L INNER MARKER L-895-2 LS 1 $8,000.00 $8,000.00 107 RUNWAY 16L FAR FIELD MONITOR L-895-3 EA 2 $19,000.00 $38,000.00 108 RUNWAY 34R LOCALIZER ANTENNA L-895-4 LS 1 $111,000.00 $111,000.00 109 AIRPORTASOS L-895-6 LS 1 $39,000.00 $39,000.00 110 2"ASPHALT PAVEMENT TYPED 3212.0302 TON 325 $98.00 $31,850.00 111 2"ASPHALT PAVEMENT TYPE B 3212.0503 TON 315 $96.00 $30,240.00 TOTAL PHASE 2 BID $16,027,753.98 PHASE 3 BID 1 CONSTRUCTION MANAGER FIELD OFFICE M-102-5.1 LS 1 $3,800.00 $3,800.00 2 MOBILIZATION P-140-5.1 LS 1 $500,000.00 $500,000.00 3 CONSTRUCTION BARRICADE PLACEMENT&TRAFFIC G-300-5.1 LS 1 $9,600.00 $9,600.00 CONTROL 4 CLEARING AND GRUBBING P-151-4.1 AC 22 $15,000.00 $330,000.00 5 EMBANKMENT(ZONE 1) P-152-4.1 CY _ 166,060 $12.00 $1,992,720.00 6 EMBANKMENT(ZONE 3) P-152-4.3 CY 6,829 _ $35.00 $239,015.00 7 6-INCH LIME-TREATED SUBGRADE P-155-8.1 SY 7,597 $1.90 $14,434.30 8 9-INCH LIME-TREATED SUBGRADE P-155-8.2 SY 17,940 $2.00 $35,880.00 9 LIME P-155-8.3 TON 420 $135.00 $56,700.00 10 ROCK FILTER DAMS _ P-156-5.2 _ LF _ _20 $18.90 $378.00 _ 11 EROSION CONTROL SEDIMENT LOG P-156-5.3 LF 6,900 $2.70 $18,630.00 12 EROSION CONTROL BLANKET P-156-5.4 _ SY 17,100 $3.20 $54,720.00 13 6-INCH CRUSHED AGGREGATE BASE COURSE P-209-5.1 SY 17,424 $11.40 $198,633.60 14 ASPHALT SURFACE COURSE P-403-8.1 TON 1,067 $121.00 $129,107.00 15 ASPHALT STABILIZED BASE P-403-8.2 TON 9,506 $105.00 $998,130.00 16 14-INCH PORTLAND CEMENT CONCRETE PAVEMENT P-501-8.1 SY 14,190 $73.00 $1,035,870.00 17 14-INCH REINFORCED PORTLAND CEMENT CONCRETE P-501-8.2 SY 1,313 $80.00 $105,040.00 PAVEMENT 18 14-INCH TO 18-INCH THICKENED PORTLAND CEMENT P-501-8.3 SY 675 $90.00 $60,750.00 CONCRETE PAVEMENT 19 14-INCH TO 18-INCH THICKENED REINFORCED P-501-8.4 SY 203 $98.00 $19,894.00 PORTLAND CEMENT CONCRETE PAVEMENT 20 RUNWAY AND TAXIWAY PAINTING(WHITE) P-620-5.1 SF 1,070 $0.89 $952.30 21 RUNWAY AND TAXIWAY PAINTING(YELLOW) P-620-5.2 SF 7,390 $0.89_ $6,577.10 22 RUNWAY AND TAXIWAY PAINTING(RED) P-620-5.3 SF 2,100 $1.23 $2,583.00 23 RUNWAY AND TAXIWAY PAINTING(BLACK) P-620-5.4 _ SF 10,734 $0.28 $3,005.52 24 TEMPORARY PAVEMENT MARKINGS PAINTING(All P-620-5.5 SF 1,250 $0.51 $637.50 COLORS) 25 REMOVAL AND REPLACEMENT OF TAXIWAY PAINTING P-620-5.6 SF 28,043 $1.86 $52,159.98 (WHITE) 26 REMOVAL AND REPLACEMENT OF TAXIWAY PAINTING P-620-5.7 SF 69,231 $1.86 $128,769.66 (YELLOW) _ 27 REMOVAL AND REPLACEMENT OF TAXIWAY PAINTING P-620-5.8 SF 12,832 $2.10 $26,947.20 (RED) Proposal Form 00 42 43-6 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport,Fort Worth,TX SECTION 00 42 43 PROPOSALFORM Unit Price Bid Bidder's Application Project Item Information Bidders Proposal Bidlist Description Bid Item No. Unit of Item No. Measure Bid Quantity Unit Price Bid Value _ 28 REMOVAL AND REPLACEMENT OF TAXIWAY PAINTING P-620-5.9 SF 94,110 $1.28 $120,460.80 (BLACK) 29 4 INCH SCHD 40 NON-PERF PVC PIPE D-701-5.8 LF 306 $15.60 $4,773.60 30 4 INCH SCHD 40 PERF PVC PIPE D-701-5.9 LF 1,125 $17.90 $20,137.50 31 DRILL SEEDING T-901-5.1 AC 17 $1,400.00 $23,800.00 32 SODDING T-904-5.1 SY_ 2,200 _$3.10 $6,820.00 33 TOPSOILING(OBTAINED ON SITE OR REMOVED FIRM T-905-5.1 CY 1,500 $12.20 $18,300.00 STOCKPILE) _ _ 34 TOPSOILING(FURNISHED FROM OFF SITE) T-905-5.2 CY 7,700 $18.60 $143,220.00 35 TEMPORARY IRRIGATION SYSTEM INSTALLATION AND SS-603-5.1 LS 1 $87,000.00 $87,000.00 REMOVAL 36 WATER SS-603-5.2 _ CCF 10,500 $3.00 $31,500.00 37 INSTALL#6 AWG B.C.COUNTERPOISE WIRE,INCLUDING L-108-15 LF 19,435 $1.11 $21,572.85 GROUND RODS AND GROUND CONNECTIONS 38 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-18 LF 4,586 $9.60 $44,025.60 CONCRETE ENCASED _ 39 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-19 LF 552 $53.00 $29,256.00 CONCRETE ENCASED(IN EXISTING ASPHALT) 40 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-20 LF 110 $58.50 $6,435.00 CONCRETE ENCASED IN EXISTING CONCRETE) AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, 41 REINFORCED CONCRETE ENCASED(IN EXISTING L-110-21 LF 1,940 $17.00 $32,980.00 CONCRETE) 42 AIRFIELD DUCTBANK 1 WAY,2 INCH SCHEDULE 40 PVC, L-110-22 LF 3,606 $17.00 $61,302.00 REINFORCED CONCRETE ENCASED 43 AIRFIELD DUCTBANK 2 WAY,3 INCH SCHEDULE 40 PVC, L-110-23 LF 803 $25.50 $20,476.50 CONCRETE ENCASED 44 AIRFIELD DUCTBANK 4 WAY,3 INCH SCHEDULE 40 PVC, L-110-24 LF 391 $39.50 $15,444.50 CONCRETE ENCASED 45 AIRFIELD DUCTBANK 4 WAY,3 INCH SCHEDULE 40 PVC, L-110-25 LF 178 $47.00 $8,366.00 REINFORCED CONCRETE ENCASED 46 REMOVE ELEVATED RUNWAY/TAXIWAY LIGHT, L-125-1 EA 8 $37.00 $296.00 COMPLETE 47 REMOVE IN-PAVEMENT RUNWAY/TAXIWAY LIGHT AND L-125-2 EA 168 $106.00 $17,808.00 INSTALL STEEL COVER PLATE,COMPLETE 48 INSTALL L-861T LED ELEVATED TAXIWAY EDGE LIGHT, L-125-3 EA 29 $1,200.00 $34,800.00 COMPLETE 49 INSTAL -852T LED IN PAVEMENT TAXIWAY EDGE L-125-4 EA 1 $1,600.00 $1,600.00 L L IGHT.COL MPLETE 50 INSTALL L-852(A-D)IN-PAVEMENT TAXIWAY L-125-5 EA 47 $1,800.00 $84,600.00 CENTERLINE LIGHT.COMPLETE 51 INSTALL L-804 LED ELEVATED RUNWAY GUARD LIGHT, L-125-20 EA 6 $4,500.00 $27,000.00 COMPLETE 52 INSTALL L-852G LED IN-PAVEMENT RUNWAY GUARD L-125-22 EA 38 $2,800.00 $106,400.00 LIGHT.COMPLETE 53 INSTALL(RELOCATED)L-852G LED IN-PAVEMENT L-125-23 EA 10 $1,300.00 $13,000.00 RUNWAY GUARD LIGHT.COMPLETE 54 INSTALL L-858 GUIDANCE SIGN,2 MODULE,SIZE 3,ON L-125-26 EA 6 $4,100.00 $24,600.00 CONCRETE BASE 55 INSTALL L-858 GUIDANCE SIGN,4 MODULE,SIZE 3,ON L-125-27 EA 4 $6,400.00 $25,600.00 CONCRETE BASE 56 REMOVE CONCRETE PAVEMENT 0241.1000 SY 12,728 $6.40 $81,459.20 57 REMOVE ASPHALT PAVEMENT 0241.1100 SY 664 $5.20 $3,452.80 58 REMOVE 8"SEWER LINE 0241.2013 LF 266 $45.00 $11,970.00 59 REMOVE 21"STORM LINE 0241.3014 LF 12 $52.50 $630.00 60 REMOVE 27'STORM LINE 0241.3016 LF 75 $51.50 $3,862.50 61 REMOVE 36"STORM LINE 0241.3019 LF 48 $48.50 $2,328.00 62 REMOVE 39"STORM LINE 0241.3020 LF 310 $47.50 $14,725.00 63 REMOVE STORM DRAIN STRUCTURE 0241.3501 EA 1 $2,000.00 $2,000.00 64 REMOVE INLET 0241.4101 EA 1 $2,000.00 $2,000.00 65 _SITE CLEARING 3110.0101 STA 22 $1,600.00 $35,200.00 66 UNCLASSIFIED EXCAVATION BY PLAN 3123.0101 CY 31,224 _ $12.50 $390,300.00 67 EMBANKMENT BY PLAN 3124.0101 CY 10,442 $7.71 $80,507.82 68 IMPLEMENT AND MAINTAIN EROSION CONTROL PER 3125.0101 LS 1 $60,000.00 $60,000.00 PLANS 69 LARGE STONE RIPRAP,DRY 3137.0102 SY 12 $96.50 $1,158.00 70 SPECIAL RIPRAP 3137.0110 SY 910 $68.00 $61,880.00 71 ROCK FILTER DAM 3137.0107 LF 273 $18.90 $5,159.70 72 6"FLEX BASE,TYPE A,GR-2 3211.0122 SY 26,471 $10.00 $264,710.00 Proposal Form 00 42 43-7 Federally Funded Addendum No.5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport, Fort Worth,TX ' . . SECTION Q0 42 43 PROPO8ALFORKU Unit Price B/d Bidder's Application Project Item Information Bidders Proposal Bidlist Description Bid Item No. Unit of Bid Quantity Unit Price Bid Value 73 HYDRATED LIME 3211.0400 TON 8 LIME STABILIZED SUBGRADE 3211.0502 SY 197250 $3.00 $57,750.00 75 10"LIME TREATMENT 3211.0503 SY 14,911 ___$3.50 $52,188.50 76 2"ASPHALT PAVEMENT TYPE D 3212.0302 TON 518 $1_60.00 $51,800.00 77 6"ASPHALT PAVEMENT TYPE B 3212.0503 ON­ 78 �-CONCRETEPAVEMENT 3213.0102 $51.50 $849,750.00 79 10"REINFORCED CONCRETE PAVEMENT 3213.0106 SY $71.00 $702,900.00 go­6"CONCRETE CURB AND GUTTER 3216.0101 LF 201 $55.00 $11,055.00 81 24"SOLID PAVEMENT MARKING HAE(W) 82 REFL RAISED MARKER TYPE I-C 3217.2102 EA 14 $7.50 $105.00 TYPE 11 83 -AA-4 PAVEMENT MARKERS EA 94 $6.40 $601.60 REFL RAISED MARKER TYPE 11-C-R 3217.2104 EA 97 $6.40 $620.80 TOPSOIL 3291.0100 CY 2,644 $8.38 $17,128.72 N SEEDING,HYDROMULCH 3292.0400 SF 106,736 $0.06 $6,404.16 US 3 87 MISCELLANEOUS STRUCTURE ADJUSTMENT 3305.0108 L $1,100.00 $3,300.00 89 SID MANHOLE ADJUSTMENT,MAJOR WITH COVER 3305.0114 EA 1 $2,300.00 $2,300.00 91 24"RCPCLIII 3341.0205 LF 146 $150.00 $21,900.00 92 36"RCP CL 111 3341.0309 LF 128 $215.ob $27,520.00 93 CONSTRUCT 2-10'x6'MBC 3341.2003 LF 73 $900.00 $65,700.00 94 CONSTRUCT WINGWALLS(PM 3349.1000 EA 1 $157,000.00 $157,000.00 95 CONSTRUCT WINGWALLS(PVV) 3349.1000 EA $117,000.00 96 6'X 6 SO MANHOLE 3349.1201 EA- 1 V2,000 00 $22,000.00 99 15'RECESSED INLET 3349.6002 EA 4 $9,000.00 $36,000.00 100 RELOCATE STREET LIGHT POLE 3441 3902 EA 5 $1,300.00 $6,500.00 101 DOUBLE DAVIT STREET LIGHT POLE 3441 3003 EA 2 $5,800.00 $11,600.00 102 TRAFFIC CONTROL 3471.0001 MO 6 $10,000.00 $60,000.00 103 TRAFFIC CONTROL DETAILS 3471.0003 EA 2 $6,200.00 $12,400.00 104 CONNECT TO EXISTING STORM LINE 9999.0002 EA 3 $2,200.00 $6,600.00 105 TERMINAL ANCHOR SECTION 9999.0004 EA 4 $1,100.00 $4,400.00 106 TESTING(EXCLUDING GEOTECH) 9999.0005 LF 713 $5.30 $3.77890 107 TESTING(EXCLUDING GEOTECH) 9999.0006 IF 248 $5.30 $1,31440 108 TRENCH EXCAVATION&BACKFILL 9999.0007 CY 2,149 $16.90--- $36,318.10 109 TRAFFIC BUTTON(TYPE W ROUND) 9999.0009 EA 3,100 $3.80 $11,780.00 110 6"CONC CURB 9999.0010 LF 2,815 $8.40 $23,646.001 111 7"CONC CURB 9999.0011 LF �,894 $8.50 $24,599.00 112 METAL BEAM GUARD FENCE TxDOT540-1 LF 902 $46.00 $41,492.00 TOTAL PHASE 3 BID: $10,801,215.54 PHASE 3A(WATER)BID 1 T ENCH SAFETY(WATER) 3305.0109 LF 135 $2.29 $309.15 2 12"PVC WATER PIPE 3311.0461 LF 135 $69.00 $9,31500 3 FIRE HYDRANT 3312.0001 EA 1 $3,400.00 $3,400.00 4 16"xl 2"TAPPING SLEEVE&VALVE 3312.4114 EA 1 $5,70000 $5,700.00 5 12"GATE VALVE WITH BOX 3312.3005 EA 1 $2,300.00 $2,300.00 TOTAL PHASE 3A BID: $21,024.15 PHASE 313(SEWER)BID I TRENCH SAFETY(SEWER) 3305.0109 LF 475 $2.29 $1,087.75 2 SS MANHOLE ADJUSTMENT,MAJOR WITH COVER 3305.0114 EA 4 ____ $1,100.00 $4,400.00 3 CONCRETE ENCASEMENT FOR UTILITY PIPES 3305.0116 LF 20-----�-57-Dd $1,150.00 4 8"PVC SEWER PIPE,O'TO 6',CSS BACKFILL 3331.5302 LF 475 T4-6.0 0 $21,850.00 5 4'SS MANHOLE 3339.1001 EA 2 $14,000.00 $28,000.00 6 CONNECT TO EXISTING SS MANHOLE 9999.0008 EA 2 $1,100.00 $2,200.00 TOTAL PHASE 3B BID: $58,687.75 TOTAL BID:1 $61,920,040.43 END OF SECTION Proposal Form 004243-8 Federally Funded AddendumNu.o Extensions for RvVY18R. 18L.and TVVYA July 2.2015 Alliance Airport, Fort Worth,TX f SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) The Lane Construction Corporation hereinafter called the Principal, and(Surety Name) Zurich American Insurance Company and Fidelity and Deposit Company of Maryland a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmI bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Amount Bid-------------------------------------------------- and No/100 Dollars ($5% of Amount Bid .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Fort Worth Alliance Airport Runway Extension Project, Runway 16R, 16L and Taxiway A; Project No. 00960 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 8,h day of ,July 2015. B ry Corporation By: The Lan CC�struction or f I (Signature and Title of Principal) *By: Zurich American Insurance Company and Fidelity and Deposit Company of Maryland (Signature of Attorney-of-Fact) Robbi Morales, Attorney-in-Fact `Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION Bid Bond 00 43 13-1 Federally Funded Addendum No. 6 Extensions for RWY 16R, 161.,and TWY A July 7, 2015 Alliance Airport, Fort Worth,TX f r ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Don E. CORNELL, Lisa M. BONNOT, Ricardo J. REYNA, V. Delene MARSHALL, Sophinie HUNTER, Robbi MORALES and Kelly A.WESTBROOK,all of Dallas,Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 6th day of March,A.D.2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ''„.......,,,• M's �•,4 alit. ti ,{ �4,c �0�•?6�*�`bp��TS 8EAL RM "sui of �` 6•'' �� is Secretary Vice President Eric D.Barnes Michael Bond State of Maryland County of Baltimore On this 6th day of March,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. .o, Constance A.Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 168-0589 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 8th day of July 120 15. '�v ovps�i ..*GPN 1NS�p hs �� o :m: do� EA �� •Y y b.,1 �� ��3 MIM�� Gerald F.Haley,Vice President p Fidelity and Deposit Companies Home Office: 1400 American Lane Schaumburg, IL 60196 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PR-E MIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SR543[(rX)(08/01) o- LANE 90 Fieldstone Court Cheshire,CT 06410-1212 203-235-3351 203-237-4280 Fax Resolution unanimously approved by the Board of Directors of The Lane Construction Corporation effective January 1,2015: VOTED: That effective January 1,2015, rescinding all previous authorizations,the following be and hereby are authorized to sign proposals and bid bonds on behalf of this Corporation: R. E.Alger, President& Chief Executive Officer D. P. Dobbs, Executive Vice President Administration &Secretary J. M. Ferrell, Executive Vice President& Chief Financial Officer K. D Junco, Chief Operating Officer& Executive Vice President D. F. Benton, Executive Vice President Operational Services M. M. Cote, Executive Vice President&Chief Development Officer J. S. Cruickshank, Executive Vice President&General Counsel V. J. Caiola, Vice President,Treasurer&Assistant Secretary A. M. Falsey, Tax Director,Assistant Treasurer&Assistant Secretary J. P. Lark, Senior Vice President&Assistant Secretary D. J. Rankin, Senior Vice President&Assistant Secretary M.A. Schiller, Senior Vice President&Assistant Secretary T. R. Larson,Vice President Engineering M. J. Tomkalski, Vice President&Controller R.A. Bean, Senior District Manager M. R. Hindt, Senior District Manager J. O. Hughes, Senior District Manager D.A. Luzier, Senior District Manager R. A. McDonough, Senior District Manager R. L. Portley, Senior District Manager J. G. Brown, District Manager M. C. Cuilik, District Manager C. M. Curran, District Manager D. J. Eudy, District Manager G.A. Hassfurter, District Manager G. F. Jerabek, District Manager R. P. Lane, District Manager J. P. McLear, District Manager D. B. O'Connor, District Manager D. J. Phillips, District Manager K. K. Prince, District Manager J. F. Roddy, District Manager W. H.Tomlinson, District Manager K. P. Cates,Assistant District Manager C. E. DuBois, Assistant District Manager K. D. Kennedy,Assistant District Manager J. E. Kristensen,Assistant District Manager T. C. Meador,Assistant District Manager E. G. Ritchie, Assistant District Manager J.A. Sherman,Assistant District Manager M. W.Wright,Assistant District Manager D.W. Grey, Senior National Pursuit Manager S.A. Leach, Director, Quality R. Burton, Senior Plant Manager R.W. Herzig, Senior Plant Manager D. M. Horton, Senior Plant Manager J. F. Rauer,Jr., Senior Plant Manager B.A. Regner, Senior Plant Manager I hereby certify that the above is a true copy of the Resolution unanimously approved by the Board of Directors of The Lane Construction Corporation effective January 1,2015,and that the above vote has not been rescinded and stands in full force and effect as of this date. 1 y Date Assistant Secretary,'T41E LANE CONSTRUCTION CORPORATION State of Connecticut J U L,11 i j County of New Haven Date Personally appeared before me,Vincent J.Caiola,Assistant Secretary,and made oath that the above is a true copy of the December 4,2014 meeting minutes of the Board of Directors of The Lane Construction Corporation. i f An Equal Opportunity Employer M/F/D/V �^'' °" �"� Z Pa ricia A. Delekta, Notary Pub icl My Commission Expires July 31,2019 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON-RESIDENT BINDER 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 nlace of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must (;heck the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be % percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Connecticut, 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. ❑ BIDDER: The Lane Construction Corporation By: Richar Bean 90 Fieldstone Court w �" (Signature) Cheshire, CT 06410 Title: Senior District Manager Date: U14V q, 1 .. V END OF SECTION Vendor Compliance to State Law Non-resident Binder 00 43 37-1 Federally Funded Addendum 6 Extensions for RWY 16R, 16L,and TWY A July 7,2015 Alliance Airport, Fort Worth,TX 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. 5 To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement 6 for the work type(s) listed with their Bid. Any contractor or subcontractor who is not 7 prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification 8 Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of 23 Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, 24 Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the following 29 web address www.window.state.tx.us/taxpermit/and fill out the application to 30 apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is 33 used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. 45 (2) To be satisfactory, the financial statements must be audited or reviewed 46 by an independent, certified public accounting firm registered and in good 47 standing in any state. Current Texas statues also require that accounting 48 firms performing audits or reviews on business entities within the State of 49 Texas be properly licensed or registered with the Texas State Board of 50 Public Accountancy. Bidder's Prequalification 00 45 11-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 (3) The accounting firm should state in the audit report or review whether the 2 contractor is an individual, corporation, or limited liability company. 3 (4) Financial Statements must be presented in U.S. dollars at the current rate 4 of exchange of the Balance Sheet date. 5 (5) The City will not recognize any certified public accountant as independent 6 who is not, in fact, independent. 7 (6) The accountant's opinion on the financial statements of the contracting 8 company should state that the audit or review has been conducted in 9 accordance with auditing standards generally accepted in the United 10 States of America. This must be stated in the accounting firm's opinion. It 11 should: (1) express an unqualified opinion, or(2) express a qualified 12 opinion on the statements taken as a whole. 13 (7) The City reserves the right to require a new statement at any time. 14 (8) The financial statement must be prepared as of the last day of any month, 15 not more than one year old and must be on file with the City 16 months 16 thereafter, in accordance with Paragraph 1. 17 (9) The City will determine a contractor's bidding capacity for the purposes of 18 awarding contracts. Bidding capacity is determined by multiplying the 19 positive net working capital (working capital = current assets—current 20 liabilities) by a factor of 10. Only those statements reflecting a positive net 21 working capital position will be considered satisfactory for prequalification 22 purposes. 23 (10) In the case that a bidding date falls within the time a new financial 24 statement is being prepared, the previous statement shall be updated 25 with proper verification. 26 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 27 submitted along with audited or reviewed financial statements by firms wishing to be 28 eligible to bid on all classes of construction and maintenance projects. Incomplete 29 Applications will be rejected. 30 (1) In those schedules where there is nothing to report, the notation of"None" 31 or"N/A" should be inserted. 32 (2) A minimum of five (5) references of related work must be provided. 33 (3) Submission of an equipment schedule which indicates equipment under 34 the control of the Contractor and which is related to the type of work for 35 which the Contactor is seeking prequalification. The schedule must 36 include the manufacturer, model and general common description of each 37 piece of equipment. Abbreviations or means of describing equipment 38 other than provided above will not be accepted. 39 40 3. Eligibility to Bid 41 a. The City shall be the sole judge as to a contractor's prequalification. 42 b. The City may reject, suspend, or modify any prequalification for failure by the 43 contractor to demonstrate acceptable financial ability or performance. 44 c. The City will issue a letter as to the status of the prequalification approval. 45 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 46 the prequalified work types until the expiration date stated in the letter. 47 48 END OF SECTION Bidder's Prequalification 00 45 11-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s) listed. 7 8 Major Work Contractor/Subcontractor Company Prequalification Tye Name Expiration Date Roadway Paving 'T�e 12 / 3 1 / 1 (o Improvements Utility Improvements 16" and under t5 m k 76111 . p� Water Utility rv, Improvements 8" and under Sewer .. � _ �� Street Lighting r 1 'w 7 P Improvements �`° a 9 ��� � s- 10 11 The undersigned hereby certifies that the contractors and/or subcontractors described in 12 the table above are currently prequalified for the work types listed. 13 14 BIDDER: 15 1 /� t� 16 11w Loo,? Covws}t-ucti uA Corp®(,,A-don By: 9;Ao% r Ft• e e.,r, Cove ) 17 Company P rent 18 ell 19 90 �c1 S+one Signature: , w„ µ 20 Address 21 22 C�seSk�re CT OG1410 Title: Ser\;or- ®Cs-'rtct MwnwcAer 23 City/State/Zip (Please Print) 24 25 Date: ' 26 27 END OF SECTION 28 Prequalification Statement 00 45 12-1 Federally Funded Addendum No 5 Extensions for RWY 16R, 16L,and TWY A July 2,2015 Alliance Airport,Fort Worth,TX FORTWORTH. December 22, 2014 Lane Construction Coip. 90 Fieldstone Ct. Cheshire, CT 06410 Attn: Lisa Patino RE: PREQUALIFICATION FOR PAVING PROJECTS City of Fort Worth APPROVAL EFFECTIVE DATE—January 1,2015 PAVEMENT MAINTENANCE—NO LIMIT ASPHALT PAVEMENT CONSTRUCTION/RECONSTRUCTION—NO LIMIT CONCRETE PAVEMENT CONSTRUCTION/RECONSTRUCTION—NO LIMI11' Dear Ms. Patina: The City of Fort Worth Department of Transportation and Public Works has reviewed the materials you have submitted for prequalification RENEWAL to perform street paving in the City of Fort Worth. This letter is to advise you that you have been deemed qualified to bid upon and perform the types of street paving indicated above,up to the limits specified. This notice serves only to advise you of that prequalification as future project specifications may require and does not otherwise affect any other provisions of those same project specifications. This prequalification will remain in effect for two (2)years as long as you remain in good standing with the City of Fort Worth. Prior to the end of the two years you are required to submit a new financial statement for consideration. In the interim,if you have any questions or comments,please do not hesitate to contact me. Sincerely, C.W. "Andy"Anderson,PE,RPLS Assistant Director of Transportation and Public Works Infrastructure Design and Construction Services TRANSPORTATION AND PUBLIC WORKS DEPARTMENT THE CITY of FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH,TEXAS 76102 817-392-7913 * FAx 817-392-8092 Printed on recycled paper EAS CONTRACTING, LP Project History EAS Job Contract Project Owner(Owners Rep)& Contract Performed as No. Name&Location of Project Type Description of Work Contact Name/Phone Number Completion Date Contract Value Prime or Subcontractor 1123 DFW Rehabilitation Lighting FY09 Unit Price Rehabilitate Lighting,Replace Airfield DFW Airport Board Dec-10 $ 501,357.00 Prime Contract No.9500378 Signs,and Replace One Windcone Lynn Pool 972-586-5822 TxDOT Sugarland Regional Airport TxDOT'Aviation Department 1126 Sugarland,TX Unit Price Installation of Complex GA Generator Amy Slaughter 512-416-4519 Mar-10 $ 456,969.00 Prime TxDOT CSJ.No.0912SGRLAN TxDOT Scholes International Airport Airfield Lighting Rehabilitation and TxDOT,Aviation Department 1127 Galveston,TX Unit Price Vault Replacement Sheri Quinlan 512-416-4510 June-10 $ 1,900,969.00 Prime TxDOT CSJ.No.0912GLVST TxDOT Brazoria County Airport TxDOT,Aviation Department 1128 Angelton/Lake Jackson,TX Unit Price Runway 17-35 Reconstruction Sheri Quinlan 512-416-4510 June-10 $ 168,397.00 Subcontractor TxDOT CSJ No.0912ANGLE Dallas Love Field-Taxiway L Extension City of Dallas 1129 Dallas,TX Unit Price Taxiway'L'Extension Wade Ellison 214-948-4526 Jan-11 $ 1,784,969.00 Subcontractor PN P438&P439 TxDOT Mid-Way Regional Airport Runway/Taxiway Extensions and TxDOT,Aviation Department 1130 Midlothian,TX TxDOT Unit Price Pavement Rehabilitation Amy Slaughter 512-416-4519 Feb-11 $ 345,829.00 Subcontractor CSJ No.0918WAXCH Rehabilitation of R/W 422-COH 462 City of Houston 1131 William P.Hobby Airport Unit Price Rehabilitate Runway 422 Raymond Nutall 713-845634 Aug-10 $ 1,830,260.00 Subcontractor Houston,TX 190 Tracon Relocate @ George Bush IAH Install Complete Electrical System for FAA-Central Logistics Service 1132 Houston,TX Lump Sum New Tracon Facility,Install&Furnish Area Acquisition Group, Jan-12 $ 4,045,000.00 Subcontractor JCN:9704242 26,000ft Communication Duct Bank, ASW-52 and Site Lighting for Parking Lot Rose Mendoza 817-222-4338 TxDOT Arlington Municipal Airport TxDOT,Aviation Department 1133 TxDOT CSJ No.0902ARLNG Unit Price Terminal Apron Expansion Amy Slaughter 512-416-4519 Aug-10 $ 913,220.00 Prime Arlington,TX DFW Rehabilitate Airfield Pavements Full& Replace and Install Runway Panels, DFW Airport Board 1134 Shallow Depth Repairs,Runway 18R/36L Unit Price Joint Seals,Airfield Markers,Light Devon Tiner(972)574-6707 Nov-10 $ 1,598,769.00 Prime Contract Number 9500388 Fixtures,and Cans TxDOT Denton Municipal Airport Year 2009 Runway/Taxiway TxDOT,Aviation Department 1138 CSJ No.0918DNTON Unit Price Extension TxDOT, Sumach 5n Department May-11 $ 633,000.00 Subcontractor Denton,TX Houston Airport Systems Project 648 @ Rehabilitate of Taxiways'WA'&'WB' City of Houston ]1140 George Bush Intercontinental Airport Unit Price and new west vault Bill of Houston 3-1932 Aug-12 $ 12,463,569.00 Subcontractor Houston,TX Runway Status Lights Construction @ Installation of new FAA shelters with FAA George Bush Intercontinental Airport Unit Price service and communication services. Dick Popp 202-498-8540 Feb-11 $ 3,310,569.00 Subcontractor Houston,TX Installation of new inpavement THL& Sensis Corp. REL fixtures. Todd Stevener315-634-5938 CTJ Air/Land Improvements Construction Construction of Taxilane and Access City of Fort Worth F ort Worth,TX 1141 Meacham Airport Unit Price Road Ruseena Johnson 817-392-5400 Jan-11 $ 1,231,205.00 Prime F DFW Runway 13U31R ARFF Road DFW Airport Board 1142 Extension Contract Number 9500435 Unit Price Construction of ARFF Road Extension Robert Hernandez 972-973- Jan-11 $ 1,107,011.00 Prime DFW Airport,TX 1870 Dallas Love Field Airside Apron Southwest Airlines 1145 Improvement Unit Price Reconfigure Airfield Lighting systems Bruce McDonald(MCM Corp) Oct-15 $ 3,154,265.00 Subcontractor Modernization Program Project AAP025 and Fuel System Electrical Wiring 305-970-1211 Dallas,TX Installation of New Airfield Lighting 1146 DFW Westside Cabling,Milestone 11 Unit Price Cabling from SW Vault to New DFW Airport Board Sept-11 $ 28,305.00 Subcontractor Junction Can Plazas.Remove and Devon Tiner(972)574-6707 Replace R/W 18L-36R Edge Lights. Reconstruction of Runway,including TxDOT Addison Municipal Airport-Runway Paving,Drainage,Airfield Lighting and Town of Addison 1149 Improvements Addison,TX Unit Price Guidance Sign Systems,FAA (Airport Rep)Joel Jenkinson 972 Nov-11 $ 10,169,295.65 Prime CSJ No.1118ADISN Approach Lighting System and new 392-4850 ALCMS. DFW Rehab Airfield Pavement FY2011 Full and Shallow Depth Concrete 1151 DFW Airport,TX Unit Price Repair,Asphalt Shoulder Repair, DFW Airport Board May-12 $ 6,194,167.73 Prime CN 9500452 Removal&replacement of Airfield Devon Tiner(972)574-6707 Electrical Lighting systems. ABTA Airfield Lighting Control&Monitoring Upgrade Existing ALMCS-New 1152 System(ALCMS)Upgrade Unit Price Uninterrupted Power Supply System, Austin Bergstrom Intl Airport Apr-12 $ 631,690.00 Prime CID#6000.47 Impavement Runway Guard Light Dale Thompson 512-530-5544 Installation,Minor Vault Work DFW Rehab Airfield Lighting Systems- Installation of New Airfield Lighting DFW Airport Board _r 1155 FY2011 @ DFW Airport,TX Unit Price Duclbanks,Cabling,and CCR's Robert Hernandez Feb-13 $ 2,941,690.00 Prime CN 9500449 972-973-1870 1 of 3 EAS CONTRACTING, LP Project History EAS Job Contract Project Owner(Owners Rep)& Contract Performed as No. Name&Location of Project Type Description of Work Contact Name/Phone Number Completion Date Contract Value Prime or Subcontractor Fort Worth Alliance Airport,Phase 7 Upgrade Existing ALMCS-New For the City of Fort Worth 1156 Runway Design&Taxiway Rehab&PAPI-4 Unit Price Uninterrupted Power Supply System, DMJM Aviation,Inc June-12 $ 699,657.00 Prime Rehab&MiscAirfiield Pavement Rehab Inpavement Runway Guard Light James Kirschbaum C.P.M.S Number 1588 Installation,Minor Vault Work 817-698-6800 Airfield Lighting System Upgrade Project- Remove Existing ACLMS.Install New City of San Antonio 1157 Phase 2 @ San Antonio International Unit Price ACLMS and Fiber Optic Kao-Un Chen Jan-12 $ 469,491.00 Prime Airport,Project No.33-00148 Communications Cabling between 210-207-3506 Vaults and ATCT. George Bush International Airport Terminal Installation of Underground Ductbanks/ Houston Airport Systems 1158 B South Apron Reconstruction Package 2: Unit Price Manholes and Cabling for Jet Fuel Feroz Ismaily-281-233-3000 Jan-12 $ 276,690.00 Subcontractor Enabling Project No.6438,CIP No.8-0565, System Renovation. HAPMT(rep)John Bush AIP No.3-48-0111-XX 281-233-1880 Multi-Purpose Road at Fire Training Facility Installation of electrical lighting and circuitry associated with new multi- DFW Airport Board 1165 @ DFW International Airport,DFW Airport, Unit Price purpose taxiway!roadway @fre Robert Hernandez May 13 $ 73,269.00 Subcontractor TX 972-973-1870 station Fiber Optic Cable from West RTR to West 1166 Vault FRO SW 187:10 @ George Bush Unit Price Installation of Fiber Optic Cable for the FAA-Parsons Infrastructures Oct 12 $ 110,690.00 Prime Intercontinental Airport, FAA Tom Ward Terminal B-South Apron Reconstruction- Houston Airport Systems 1167 Package 3,HAS Project 643C @ George Lump Sum Installation of Ductbank Systems for Feroz Ismaily-281-233-3000 Nov 12 $ 510,888.00 Subcontractor Bush Intercontinental Airport, Aviation Fuel Systems HAPMT(rep)John Bush Rehabilitation Airfield Pavement,FY2011 Embankment and new Concrete DFW Airport Board 1168 PHII @ DFW International Airport, Unit Price Pavement forTaxiway'WF'Extension Robert Hernandez Oct 13 $ 7,370,780.00 Prime DFW Airport,TX including new taxiway lighting,duct 972-973-1870 banks and cabling. Taxiway Alpha Improvements @ Addison Concrete and Asphalt Pavement Addison Municipal Airport 1170 Municipal Airport Unit Price Reconstruction and Airfield Lighting (TXDOT Rep)Harry Lorton July 13 $ 9,472,458.00 Prime CSJ:121 BADDSN Replacement 512-416-4500 Addison,TX Dallas Love Field-Runway 13L-31R Safety Modifications to Runway Lighting City of Dallas 1174 Area Enhancements 2011 Unit Price Systems.Remove and Relocate FAA Jennifer Nicewander Jan 14 $ 2,083,361.00 Subcontractor AIP PROJECT:3-48-0062-041-2012 Approach Lighting System. 214-326-1458 Runway 17-35 Rehabilitaion, Runway 17-35 Rehabilitaion,Shoulders and Shoulders and Electrical Misc Electrical Improvements @ Sugarland Improvements including all Civil/Site/ City of Sugarland 1175 Regional Airport CSJ: Unit Price Paving/Drainage work and Airfield Ann Gaines Dec 13 $ 5,808,864.00 Prime 1312SGRLD Lighting and Guidance Sign Systems, 281-275-2102 Sugarland,TX duct banks,cabling,ALCMS, Windcones Taxiway Romeo&Tango Improvements Rehabilitate and Reconstruction of Town of Addison 1177 Addison Municipal Airport Unit Price Asphalt Aprons on Taxiways Romeo (Airport Rep)Joe McAnally Oct 13 $ 178,595.00 Prime Addison,TX and Tango 972-3924850 Rehabilitate Airfield Pavement FY2012 CN Full and Shallow Depth Concrete DFW Airport Board 1178 9500473 Unit Price Repair,Asphalt Shoulder Repair, Stacie Ellis Oct 14 $ 7,561,603.00 Prime DFW Airport,TX Removal&replacement of Airfield 972-973-1185 Electrical Lighting systems. Rehabilitate Airfield Lighting Systems Remove SMGCS Infrastructure/Control DFW Airport Board 1179 FY2013 CN9500491 Unit Price System.Replace SMGCS Fixtures and Robert Hernandez Oct 14 $ 5,221,791.00 Prime DFW Airport,TX Cabling.Test and Commission. 972-973-1870 Runway 14-32 Extension and Aield Extension of Runway 14-32 and Improvements @Lone Star Executive Taxiway Alpha.Removal and Montgomery Co,TX 1180 Airport menu @Lone 0 Unit Price Replacement of FAA Approach Scott Smith Jan 15 $ 2,069,554.00 Subcontractor Conroe,SJ Lighting System and ILS.Vault and 936-788-8311 ALCS Upgrades. Reconstruction Taxiway NB and Airfield Rehabilitate of Taxiways'NA'&'NB' 1181 Pavement Repairs @ George Bush Unit Price including removal and replacement of City of Houston Aug 15 $ 4,340,969.00 Subcontractor Intercontinental Airport Houston, inpavement and elevated taxiway Bill Gaw 281-233-1932 TX lighting,new duct banks and cabling. DFW ALCMS Installation @ DFW Airport Replace Airfield Lighting Control and DFW Airport Board 1162 DFW Airport,TX Lump Sum Monitoring System Robert Hernandez May 14 $ 226,900.00 Subcontractor 972-973-1870 Dallas Love Field Airfield Signage Wiring Remove and Reinstall Airfield City of Dallas 1183 Foundation PN F367 Unit Price Guidance Signs on New Concrete Jennifer Nicewander Nov-14 $ 969,375.00 Prime Dallas,TX Foundations to comply with FAA 214-326-1458 Advisory Circular. Houston West Concourse FIS,Package 3, Installation of Electrical Control and Southwest Airlines William Manning 1184 Southwest Airlines,William P.Hobby Unit Price Monitoring System for New Emergency Oct-15 $ 361,369.00 Subcontractor Houston,TX Fuel Shut Off System(EFSO) 2702 Love Field Dr. Dallas,TX 75235 Forth Worth Alliance Airport:Rehabilitation Remove and Replace Existing Taxiway City of Fort Worth 1165 of Taxiway'A'Lighting Unit Price Edge Light&Runway Guard Light Ruseena Johnson Sep-14 $ 545,969.00 Prime City PN:02048 Fort Fixtures and Installation of new Airfield 817-392-5400 Worth,TX Lighting Cables 2of3 EAS CONTRACTING, LP Project History EAS Job Contract Project Owner(Owners Rep)& Contract Performed as No. Name&Location of Project Type Description of Work Completion Date Contract Value YP Contact Name/Phone Number Prime or Subcontractor Addison Airport Runway 33 RSA Removal and Reinstallation of Airfield Town of Addison 1187 Improvements(EMAS) Unit Price and/or FAA Underground Electrical TXDOT CSJ:1318ADDSN 9 (Airport Rep)Joel Jenkinson 972 Aug-14 $ 237,000.00 Subcontractor Town of Addison,TX Systems and Lighting 392-4850 DFW Taxiway'L'Reconstruction Civil and Electrical Reconstruction of DFW Airport Board 1188 CN 9500497 Unit Price parallel Electrical Stacie Ellis Dec-16 $ 3,203,844.00 Subcontractor DFW Airport,TX 972-973-1185 DFW Rehabilitate Airfield Pavement FYI Upgrade R/W 13R/31 L,Shoulder DFW Airport Board Pavement,Replace Concrete Panels, 1190 CN 9500481 Unit Price New Airfield Lighting,and Guidance Stacie Ellis Jan-15 $ 9,008,509.00 Prime DFW Airport,TX 972-973-1185 Signs DFW Rehabilitate Airfield Lighting FY14 CN Replacment of Airfield Lighting, DFW Airport Board 1191 9500535 Unit Price Guidance Signs,Cabling,CCR's for Robert Hernandez Jul-15 $ 3,118,690.00 Prime DFW Airport,TX R/W 1711 35R 972-973-1870 TXDOT TX Gulf Coast Regional Airport Construct Terminal Apron,Relocate TxDOT,Aviation Department 1194 Angelton,TX Unit Price Portion of Cross Taxiway E&G,Install Sheri Quinlan 512-416-4510 Jun-15 $ 191,499.00 Subcontractor TxDOT CSJ No.1412GNGLE MITL&Signs for Taxiway E and Apron Little Rock Repair/Replace Primary Replacement of Existing Runway US Army Corps of Engineers 1195 Runway 07-25 W9127S-14-C-6003 Little Lump Sum Lighting Systems,ALCMS,Airfield Little Rock District Jun-17 $ 17,609,795.00 Subcontractor Rock Airforce Base Lighting Vault,Approach Lighting Jacksonville,AR Systems and NAVAIDS Fred Locke 111 480-293-3000 TxDOT Meacham Intl Airport on on Taxiland&Inlets and TXDOT,Aviation Department Construction 1200 Fort Worth,TX Unit Price Installi Waterline Beverly Longfellow Dec-15 $ 1,204,973.00 Prime ng TxDOT CSJ No.1402MEACM aerne 512-416-4510 TxDOT Majors Field Reconstruction of Eastern 571'of TXDOT,Aviation Department 1201 Greenville,TX Unit Price Taxiway K Beverly Longfellow Dec-15 $ 1,279,285.00 Prime TxDOT CSJ No.1401 GREEN 512-416-4510 Fort Worth Alliance Airport RTR City of Fort Worth 1202 Duct Bank&Taxiway H Improvements City Unit Price Replace FAA RTR Ductbank Ruseena Johnson Jun-15 $ 1,137,690.00 Prime PN:960 Fort Worth,TX 817-392-5400 3of3 P uu�i " wrap � br✓l� r1 , I { r t .r "The three a i poita t rastJh �oLr airport CUstor es 4 No interruptions to regular airport operations V Highest quality services and .. . ... products are delivered within ' budget and on Lri ineerin..: News-Recorc LIVI r�=ar�l�ed Lane 5t rr��.��°�c� the ) Airport schedule � � "� Cori in ���P�e tJ. i. in 2009 q Safety for workers and the public We are one of the largest and most experienced airport paving contractors in the United States and has successfully completed runways, taxiways, aprons and ramps for state and federal owners across the country. Keeping a busy airport operational during major OUr CUStOffiers Si,,)eak expansion, renovations or reconstruction has always required precise organizational planning and swift execution without delay to the traveling public. "The successful completion of a$20M project with Our extensive airport experience results in a low-risk provider. From military air bases to absolutely zero runway, large commercial airports, we are prepared to tackle the most challenging construction taxiway, or aircraft parking projects in the industry. In the last 50 years,we have completed well over a billion dollars mishaps is virtually unheard of airport work in more than 20 states.Whether a fast track project for a new cargo apron of. Lane provided a superb or a tightly scheduled runway and taxiway contract, our excellent performance record product, 100%free from is directly related to its ability to rapidly organize and mobilize resources to deliver defects and in accordance successful project completions. with applicable directives." Robert Clark, Airport j.irrent or recently� . l " Manager Altus AFB, OK Runway Paving Naval Air Station Joint Reserve Base, TX (won NAi='A s Ray Brown Aitpora PavementAward-201,3) DFW International Airport Rehabilitate Airfield Pavements, TX "The project exceeds our Dyess Air Force Base Airfield Pavements, TX expectations in quality, ° Denton Taxiway Construction &Signing & Lighting Improvements, TX performance standards, Runway Repair Tinker Air Force Base, OK and time to construct." Clow Airport Runway Replacement, IL South Airfield Rehabilitation at Abu Dhabi International Airport, United Arab Larry Cox Emirates President Sharjah International Airport New Runway, United Arab Emirates Memphis International Memphis International Airport Runway Reconstruction, TN Airport Dulles 4'h Runway&Taxiway Earthwork& Paving,VA Atlanta Hartsfield-Jackson New 511 Runway Paving & Lighting, GA The Lane Construction Corporation 3001 Meacham Blvd., Suite 2151 Ft.Worth,TX 76137 0 817 632 3800 LaneConstruct.corn l , i iWw wwW gut -i. .. r i1 co as i1 • 1 • 1 • 1 • • • 1 1 1 1 1 • Current&Past Lane Projects 1 Alliance Airport •Similar • • 1 1 • Runway Expansion Project CL i i Dulles International Airport(DIA)4th Runway&Paving&Lighting, VA $147M o o 0 s 0 a o South Airfield Rehabilitation at Abu Dhabi International Airport, United $137M as a Arab Emirates Sharjah International Airport New Runway, United Arab Emirates $83M o a s 5th Runway Hartsfield-Jackson International Airport, GA $62M e o 0 s' o 0 DIA 4th Runway&Associated Taxiways-Earthwork&Drainage VA $43M 9 s Runway 18R-36L Demolitation&Replacement Memphis International Airport,TN $38M s o e a s DIA North Area Roadway Improvement Project, VA $30M a s Raleigh Airport Taxiway Relocation&Terminal C Apron Expansion, NC $25M o o r c c Center Runway(1C-19C) Rehabilitation, Dulles International Airport, V $24M s o e DIA Runway 12-30 Reconstruction,VA $22M o c a o a Airfield Pavement& Lighting Repairs at Fentress Naval Auxiliary $19M Landing Field,VA Runway,Taxiway&Lighting Repairs-Homestead ARB, FL $16M c s e s Dyess Air Force Base Airfield Pavements,TX $14.71VI s Tier 2 South Aircraft Parking Apron, Dulles Airport,VA $12M o 4 e o DFW International Airport Rehabilitate Airfield Pavements,TX $8M 0 s o Clow Airport Runway Replacement, Bolingbrook, IL $61VI o a a a a Naval Air Station Joint Reserve Base-TX -$3M Denton Taxiway Construction Improvements-TX $31VI e o 0 o Project Highlight Dulles International Airport, Roadway North Area 4th Runway Construction i foot long by 150 foot Project completed in three phases& won several safety and performance awards from the owner 'V"'Phase ($300) 2111 Phase ($43M)-4.th Runway 3111 11 i hase ($147M) -4th Runway t�torth Area Roadway irnpiirovernenf Ewthworir & Drainage Paving Runway and Taxiways, Lighfing and Nav°gaf o naA Ands This phase involved the demolition We met strict FAA guidelines as we We placed 281,000 CY Portland and reconstruction of the existing removed more than 2.3M CY of earth Cement Concrete runway pavement roadway entering and exiting & rock and placed embankment in in addition to 91,700 tons of asphalt the airport. Work included major preparation of constructing the new concrete shoulder and access roads. drainage improvements, storm 4th runway & associated taxiways. Other relevant project elements water management facilities, and Heavy clearing & grubbing of 675 included 883,700 SY six inch cement the reconstruction and widening of a acres also occurred along with treated base course, installation of four-lane highway. Project quantities placement of 15,300 LF of various 1,039 light bases for in-pavement included 300,000 CY earthwork and size reinforced concrete pipe and lighting and a NAVAIDS system. 60,000 tons of asphalt. 14,700 LF of box culverts. The Lane Construction Corporation 3001 Meacham Blvd., Suite 215 1 Ft.Worth,TX 76137 1 81 7 632 3800 pIII�Il0Il010 Ot.aneConst:ruct.00M w SEEM= Richard A. Bean, Senior District Manager George Hassfurter, District Manager Brad Fox, Project'Manager Andrew Greer, Engineer Luke Laber, Engineer Emmett Brown, Superintendent Willie'Barnett, Superintendent Equipment Type Quantity&Size Dozers 2 Cat D-8 2 Cat D-6 1 Cat D-4 Backhobs 3 Cat 345 2 Cat 330 1 Cat 325 Loaders 1 Cat 980 1 Cat 950 1 Cat 938 Compactors 2 Cat 815 2 Cat 84 inch 1 Cat 54 inch Motor Graders 2 Cat 14G 2 Cat 140 Additional Equipment 1 Cat 426 RT. Backhoe/Loader 2 Cat 40 Ton Articulated Haul Trucks 4-4,000,Gallons Water Trucks Concrete Paving Equipment Concrete Batch Plant Miscellaneous Equipment As Required f The Lane Construction Corporation Ila 3001 Meacham Blvd., Suite 215 � Ft.Worth,TX 761371 817 632 3800 LsneConstrUc°t.M 1 WORTH SECTION 00 4513 � B|DOER PREClUAL|F|CATION APPLICATION Date uf Balance Sheet 8 Mark only one: Individual � Limited Partnership � Name under which you wish huqualify General Partnership Corporation � | | Limited Liability Company L� � Post Office Box Qb/ State Zip Code x Street Address /naquin*d> City State Zip Code | Telephone Fax Ennei| Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUE8T|ONA|FlE ALONG WITH FINANCIAL STATEMENTS TO: � CITY OF FORT WORTH TEXAS 10UOTHROCKM{)RTONSTREET FORT WORTH, TEXAS 701O2-0311 � AND MARK THE ENVELOPE: "BIDDER PRE{JUAL|F|CAT|{JN APPLICATION" Bidder pmnvonncouonApplication 0045 13'1 X Federally Funded � Issued for Construction Extensions for mwY1on.1oL.and nwYA August 4.uo15 Alliance Airport,Fort Worth,Tx BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or F] Has less than $6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling— 36-Inches—60—inches, and 350 LF or less Tunneling - 36-Inches—60—inches, and greater than 350 LF Tunneling—66" and greater, 350 LF and greater Tunneling—66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller Bidder Prequalification Application 00 45 13-2 Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting Bidder Prequalification Application 00 45 13-3 Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? Bidder Prequalification Application 00 45 13-4 Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX If so, state the name of the individual, name of owner and reason. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your _ relationship to this person or firm. 12.What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION YEARS OF AND TYPE OF IN WHAT NAME OR OFFICE EXPERIENCE WORK CAPACITY Bidder Prequalification Application 00 45 13-5 Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of State of Incorporation Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. Bidder Prequalification Application 00 45 13-6 Federally Funded IFB Submittal Extensions for RWY 16R, 16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX ' ' 14. Equipment BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE Various- n TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 bxpam of / equipment, you may show these 30 tvoao and show the remainder on "various". The Citv, by oUnvvng you to show only 30 types of aquipnnerd, reserves the right to request o complete, detailed list of all your equipment. | « The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, � the manufacturer, model, and general common description ofeach. � Bidder Pmqva|mounvnApplication 00*513-7 Federally Funded � � |raau^mioa| Extensions for mwv1om.1oL.and nw,x May zo.ou1n Alliance Airport,Fort Worth,Tx | BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. Bidder Prequalification Application 00 45 13-8 Federally Funded IFB Submittal Extensions for RWY 16R,16L,and TWY A May 25,2015 Alliance Airport,Fort Worth,TX 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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 it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 00960. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: W 6 704; 12 By: 13 COMPANY 14 (PLEASE P 16 ,1 J V Signature: 17 Address 18 19 lier 1 4 /ZY Title: i 20 City/State/Zip (Please Print) 21 22 23 THE STATE OF TEXAS § 24 25 COUNTY OF TARRANT § 26 f 27 B ORE ME,the undersigned authority, on this day personally appeared 28 I �► (��,,�, ,known to me to be the person whose name is i 29 subscribed to the f,ore oin instrument, and acknowledged to me that he/she executed the same as 1 30 the act and deed or°����1f, & - for the purposes and 31 consideration therein expressed and in the capacity therein stated. 32 33 GIV UNDER MY HAND AND SEAL OF OFFICE this day of 34 2015. 35 t 36 37 t 38 ry-4"tlb'ic in and for the State of Texas s 39 40 END OF SECTION BETTY J ELLERBEE * Notary Public 41 NTH OP'CO�P MyCommtExpT04. 10-2017 1 i i i r l CITY OF FORT WORTH 55AFIVRIV)'&TIVI'A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project#00960 1 Revised July 1,2011 i t is 1 SECTION 00 45 42 2 DISADVANTAGED BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the DBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the DBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by 11 Disadvantaged Business Enterprises (DBE) in the procurement of all goods and services. All 12 requirements and regulations stated in the City's current Business Diversity Enterprise 13 Ordinance apply to this bid. 14 15 DBE PROJECT GOAL 16 The City's DBE goal on this project is 23%of the total bid. 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts greater than $50,000 where a DBE subcontracting goal is applied, bidders are 20 required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 21 22 1. Meet or exceed the above stated DBE goal through DBE subcontracting participation, or 23 2. Meet or exceed the above stated DBE goal through DBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Waiver documentation. 26 27 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered 28 non-responsive.Any questions, please contact the M/WBE Office at(817) 392-6104. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 times allocated, in order for the entire bid to be considered responsive to the specifications. The 33 Offeror shall deliver the DBE documentation in person to the appropriate employee of the 34 Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the 35 City received the documentation in the time allocated. A faxed copy will not be accepted. 36 1. Subcontractor Utilization Form, if received by 2:00 p.m., on the second City business days goal is met or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days Utilization Form, if participation is less after the bid opening date,exclusive of the bid opening date. than stated goal: 3. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days Utilization Form, if no DBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm received by 2:00 p.m., on the second City business days will perform all subcontracting/supplier after the bid opening date,exclusive of the bid opening date. work: 5. Joint Venture Form, if utilizing a received by 2:00 p.m., on the second City business days joint venture to meet or exceed goal. after the bid opening date, exclusive of the bid opening date. 37 END OF SECTION Diversity Business Enterprise Goal 00 45 42-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX CONTRACT .m� 1 Agreement Page 1 of4 I SECTION 00 52 43 2 AGREEMENT. 3 THIS AGREEMENT,authorized on ,t1"' a7 Is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and The Lane Construction Corporation, authorized to do business in Texas, acting 6 by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Extensions for Runway 16R 16L and Taxiii1o,A 16 Project Number 00960 17 Article 3.CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 852 calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal preceding the actual loss suffered by the City if the Work is 31 not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Six Thousand Dollars ($6000.00)for each day that expires after the time specified 34 in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. MIT SECRE"I'l,"IRY FE IffiC.MTH,TX CITY OF FORT WORTH Extensions for RIVY 16R,16L and nVYA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project 400960 Revised August 17,2012 1 005243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Sixty One Million Nine Hundred Twenty Thousand 39 and Forty Dollars and Forty Three Cents($61,920,040.43). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project speck) h 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and,if issued,become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH Extensionsfor RI`VY 16R,16L and TIVYA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project#00960 Revised August 17,2012 i 005243-3 Agreement Page 3 of 4 75 Article 6.INDEMNIFICATION rees to indemnify, hold harmless and defend, at its own 76 6.1 Contractor covenants and ag 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused,in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs,expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. r 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of,or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 6 91 subcontractors, licensees or invitees under this contract. This indemnification 92 lit ovision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused,in whole or in part, 94 by any act,omission or negligence of the city. 95 96 Article 7.MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal i 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 1.07 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. 13IFFICIAL RECORD t CITY OF FORT WORTH Extensions for RIVY 16R 16L and TI61'A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "I".INUI y 0111 rX Project 400960 r Revised August 17,2012 f 005243-4 Agreement Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. r 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 128 Contractor: City of Fort Worth The La ne Construction Corporation By _ . 7 Fernando Costa ° �� Assistant City Mana By ���� .� . ty (Signature) 0.006% Date i ° ri ` Gifi Richard A.Bean Attest: (Printed Name) City S cretary bQ s-t (Seal) °"r,anoUoa0n Title: Senior District Manager Address: 90 Fieldstone Court Date: City/State/Zip: Cheshire,CT 06410 Approved as to Form and Legality: Date Assistant at �City Attorney 129 130 131 APPROVAL RECOMMENDED: 132 133 - . ._. ...m. . 134 135 W 136 DIRECTOR, 137 Aviation Department 138 OFFR"b"BAL RECORD CITY OF FORT WORTH Extensions for Riff 16R,16L and TIVYA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project#00960 Revised August 17,2012 1 SECTION 00 61 13 Bond No.09188639-Zurich&F&D Bond No.012024138-Liberty Mutual Insurance Company PERFORMANCE BOND 3 4 THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, _- Zonst uctioc Corporation known as 4 The Lane Construction — 1n Insurance.Company, a Corporate y "Principal herein and i ideiity and llcpositgyopan, oFiMaryland ft j ever �llSif11�1 nit DUC �o�1nanv__, I surety(sureties, if more than one) duly authorized to do business in the State of Texas, known 1 I 1 as "Surely" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, 12 a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the __ _..-w.-..._...__ .- paid Dollars 3 penal sum of, Sixth,One Ivllllion Nme Hundred Twen Thousand Forty cC 43 1Q0 lawful money of the United States, to be p Fort-Worth, 14 (`�,.G1x920 0}0 X13_.---. ..__,._ Y..._..�...}, y to Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. ig WHEREAS, the Principal has entered into a certain written contract with the City le awarded the ltt� day of----August ..—_, 2015__, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish a'lil materials, equipment 2l labor and other accessories defined by law, in the prosecution of the Work, including any 22 Change Orders, as provided for in said Contract designated as Extensions of Runway 16R, 16L. 23 and Taxiway A, City Project Number 00960 24 NOW,THEREFORE, the condition of this obligation is such that if the said Principal shall 2; faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 2r, perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 2s extension of the Contract that may be granted on the part of the City, then this obligation shall 241 be and become null and void, otherwise to remain in full force and effect, 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fart 32 Worth Division, Performance Frond � of)61 13-1 Federally Funned 4 °FICIUai RECORD IF13 Submittal Extensions for RwY 16H,16L,and TWY May 25,2015 Alliance Airport,Fort worth,TX �,:} 1,�CF?l a I'll, . }4 x)11'1'1'}1 Ii I � � � | . � I This bond ia made and executed hn compliance with the provisions uf Chapter 2953cd | � 2 �h� Texoo6nvannmeN (�ndo. aa amended, and oU |iabUb�aondh� bond ah�| bedehe/m�mdkn . / 3 accordance with the provisions o| said statue. 4 |N WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this � 5 instrument by duly authorized agents and officers on this the 6th day nf U 6 . 20__S_. o � ----- ' PRINCIPAL: k 8 9 � BY: Signature _ 12 R"^IM& ^ � |) ATTEST: N � 15 16 (Principal) Secretary a Name and Title |7 � Address: Court, |o U n � 2\ � 22 �---- --' to�P�d �ripa| SURETY: Zurich American insurance Company 23 Fidelity and Deposit Company ofN[,uv hud , 24 25 x � 20 x } 27 � 28 o 21) o � « JU } Name and Title 3� z=ich«F&D./wmArne"ica"Lane.zoNv=/.naFl,Sch=mbtirg,uw/ 312 | � 8 Addrea L / * 35 36 Telephone Number: 1000 x � 37 vv�tj��_sas «/: y Ap6lrF�,xJ8 - } � 39 ^Nn�� |f �g»edbyunVMioerof the SUn�yCompany, there mu�beonh|eaoe�Umdm0u�i �/ ' from the by-laws showing that this person has authority to sign such obligation. U ` 4i uy' 42 Surety's physical address i sdifferent from ihuma|'wV address, both must be provided. orn»the date the Contract |sawarded. 4� The da� of the bond shall not b pr 4� �}END OF SECTION / vVm� � p°xvnno�muo^ 13-2 � peuemnvru^u«u �,mnsio»u|o,mwr1on.,m-m^anw' * |m��m* m���w p���.T: w�co.uoo ' | � SECTION 00 61 14 Bond No.09188639-Zurich&F&D 2 PAYMENT BOND Bond No.012024138-Liberry Mua,el Insurance Company 3 r THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § oration _.,,, known as 7 f hat we, The Lane ConsU uctton Cow _�..__. ,-__ --. ------— " urlch_ mertcan Insurance Company "Principal" herein, and Fidelity_and Deposit Company of Nf�r}t1.�4t.�.Litterq�lfuLUaLlnsurasice.-Gnmpany.-.-----' q a corporate surety (sureties), duly authorized to do business in the State of Texas, known as l0 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a II municipal corporation created pursuant to the laws of the State of Texas, known as "City" 12 herein, in the penal sum oiSi ,ty __._�_...__ .._-.. _ ... .. 1.ooC)ollars One Million Nine Hun&ed Twee Thousand For &4,3_1 13 ($_6l 920 040.43 _ -), lawful money of the United States, to be paid in Fort Worth, I-t Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, ire firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the S 4th day of tgust._,...._______.______._.._, 20 15 which Contract is hereby referred to and I i9 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 71 said Contract and designated as Extensions for Runway 16R, 16L and Taxiway A, City 22 Project Number 00960. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 24 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 25 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the 2t} Contract, then this obligation shall be and become null and void; otherwise to remain in full force 27 and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of 29 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 0 accordance with the provisions of said statute. l 31 OFFICIAL L R C tRD Payment Bond (D^I T X14 ECIREIVI Y 0061 14-1 Federally Funned ( �'f)i(j y ,ti IFB Submittal Extensions for RWY 16R,16L,and W1 A t, M r t1y2.r�n Alli e Airport,Fort Worth,TX � �01,r ant r I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 6th day of 3 August 20 15 PRINCIPAL: The Lane Construction Corporation :L - ATTEST: Signature D P. DOMS (Principal) Secretary Name and Title Address: 90 Fieldatorlc Court Cheshire 'itness to Principal SURETY:Zurich Arnericqn Insurance Company Fidelity and Deposit cc�p�ujy__qf Nj?),Iand ATTEST- t7 ATTEST:T ISIdnatUre Jessica larinoan,Attorney-ln-Fact t o3 Kelly tn'ss Name and Title (Suret Y, Address: Zurich& 1400 American lane,Tower 1,1 8th 11,Scn cmSurg,JI.6U196 ii7bty:175 Berkeley Street,Boston,1\1 A 02116 'Z qss as to Surety Aprh Per'& Telephone Number: (212)441-1000 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 physif-il 8 address is different from its mailing address, both must be provided. 9 to The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION (C,WFICIAL REC011 Payment Bond C I Y S E C R E A1tl 006114-2 Federally Funded IFS submittal Extensions for AWY 16R,16L,and TW Y A 19f. TX May 25,2015 Alliance Airport,Fort Worth,TX 0061 19-1 MAINTENANCE BOND Page I of 3 t SECTION 00 61 19 BOND NO.09188639—ZURICH/F&D 2 MAINTENANCE BOND BOND NO.012024138-LIBERTY 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we The Lane Construction Corporation,known as"Principal"herein and Zurich 8 American Insurance Company Fidelity and Deposit Company of 1Vlaryland and Liberty Mutual 9 tnsurance Company, a corporate surety(sureties, if more than one) duly authorized to do business to in the State of Texas,known as"Surety"herein(whether one or more),are held and firmly bound 11 unto the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of 12 Texas,known as"City"herein, in the sum of Six One Million Nine Hundred Twenty Thousand 13 Forty&43/100 Dollars($61,920,040.43),lawful money of the United States,to be paid in Fort 14 Worth,Tarrant County,Texas, for payment of which sum well and truly be made unto the City 15 and its successors, we bind ourselves,our heirs, executors,administrators, successors and assigns, 16 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 4th day of Aug 2015,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as Extensions far Runway 16R,16L and Taxiway A, Cite Project Number 00960. 24 25 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans,specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of one(1)year 28 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 29 30 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 ("WFICIAL RECORD 1 WORTH, Fx1 nsionsfor RPVI'16R,16L,and TIVYA CITY OF FORT WORTH Project#00964 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 OFF"ICIAL RECORD I fat i��;,pn���"<1f" p,xar CITY OF FORT WORTH xlensionsfor RYVY 16R,16L,and T4Iq'A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ­ ... "w Project#00960 Revised July 1,2011 I 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 6th day of August,2015. 3 4 PRINCIPAL: 5 The Lane Construction Corporation 6 8 BY: 9 �iggnature" 10 ATTEST: 12 D. P. EMMS , M 13 (Principal) Secretary E gk Name and Title 14 15 Address:90 Fieldstone Court 16 "') Cheshire,CT 06410 17 1� itness as to Principal 20 �^ � . .. SURETY; 21 Zurich American Insurance Company 22 Fidelity and Deposit Company of Maryland 23 Liberal Insurance Company 25 BY 26 Signature- 27 28 ''' messica lannotta,Attorney-In-Fact 29 AT E T' ��p Name and Title 31 �,�� - Address:Zurich/F&D: 32 (Sur�ty)�&e Kelly 01M Al y,Witness 1400 American Lane Tower 1 18"'Floor 33 Schaumburg,IL 02116 34 Liberty: 175 Berkeley Street,Boston,MA 02116 35 36 W�ne.s as to Surety April Per Telephone Number:212/441-1000 37 .._.., 38 *Note: If signed by an offier of the Surety Company, there must be on file a certified extract f 39 from the by-laws showing that this person has authority to sign such obligation, 'If 40 Surety's physical address is different from its mailing address, both must be provided 41 The date of the bond shall not be prior to the date the Contract is awarded. r 42 f 1 O FICUA L RE`C0Rl) r� 1NORTH, TX CITY OF FORT WORTH ••_,_1­1­111­_­__,. Extensions for RWY 16R,16L,and TIVYA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project#00960 Revised July 1,2011 Fidelity and Deposit Company of Maryland Home Office:P.O.Box 1227,Baltimore,MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin,TX 78714-9104 FAX 4 (512) 475 4771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. F °K, A L REC08W 11f 3 E C R E"UP11 RY S8543f(TX)(08/01) Liberty Bona Services,- Mcrnhcr of t.ibcrty Mutual group Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6931935 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively Galled the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Annette Leuschner;Cynthia Farrell;Debra A. Deming;Edward Reilly;Evangelina L.Dominick;Glenn J.Pelletlere;Jessica lannotta•Kelly O'Malley;Robert P.McDonough;Sandra Diaz;Thomas Rhatigain;Valorie Spates;Vivian Carti all of the city of New York state of NY each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of April _, 2015 . tiso American Fire and Casualty Company The Ohio Casualty Insurance Company < 1906 G q 1 0 18 Liberty Mutual Insurance Company 1991 37. West American Insurance Company By: STATE OF PENNSYLVANIA ss David M.Care y,Assistant secretary COUNTY OF MONTGOMERY M tm:3 On this 18t day of April 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and M0 0 a) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and WestAmerican Insurance Company,and that he,as such,being authorized so to do, > 0 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 ("D > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 PA&;, COMMONWEALTH OF PENNSYLVANIA 41 5 -'a N Notarial Seal C: Teresa Pastella,Notary Public By: 0 M Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public 0 My Commission Expires March 28,2017 W 0 Member,Pennsylvania Association of Notaries EL 0 Ry 0 C This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance U) W- Company,Liberty Mutual Insurance Company,and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: IM(n M 0) ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 405 (D to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, O.S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective :5 E 1i powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 40 executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, M r_ > a) and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as maybe necessary to act in behalf of the Company to make,execute, ,W L_ 0 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-m- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing Is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 6th day of August _20 15 CA lfy�, _Z N By: 1919 I 1906 0 r) 1912 1991 Gregory W.Davenport,Assistant Secretary 336 of 500 _._LMS_12a7,3_1,22QJa, -------- --- EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 6th day of August 2015 �p OEIpy.� .t`C', ` •. - vl 86A1L 'sib• ,; � Thomas O.McClellan,Vice President ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Vivian CARTI, Debra A. DEMING, Cynthia FARRELL, Sandra DIAZ, Jessica IANNOTTA, Annette LEUSCHNER,Edward REILLY,Kelly O'MALLEY and Evangelina L.DOMINICK,all of New York,New York, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 18th day of November,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 4. nQ OEIps '�4NS/jy;iyy ep,O 9 s .... _._ .;05 'u °...+. .�.t . By. At— Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 18th day of November,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F.HALEY,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 093-50306 DATE(MM/DD/YYYY) A CERTIFICATE OF LIABILITY INSURANCE 08/06/2015 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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 A! certificate holder in lieu of such endorsement(s). PRODUCER CONTACT d) Aon Risk Services Northeast, Inc. NAME: Boston MA Office (A/CNNo.Ext): 0866) 283-7122 Fp c.No.: (800) 363-0105 d) One Federal Street E-MAIL Boston MA 02110 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Starr Indemnity & Liability Company 38318 The Lane Construction INSURER B: Liberty Mutual Fire Ins Co 23035 Corporation 90 Fieldstone Court INSURER C: Liberty Insurance Corporation 42404 Cheshire CT 06410 USA INSURER D: INSURER E: INSURER F! COVERAGES CERTIFICATE NUMBER: 570058926523 REVISION NUMBER: 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. Limits shown are as requested IN SR TYPE OF INSURANCE ADD UBR POLICY NUMBER POLICY EFf POLICY EXP LIMITS LTR INSD WVD MMIDD MM/DDIYYYY B X COMMERCIAL GENERAL LIABILITY TB 261TOO4030105 /-'U/ZU'b EACH OCCURRENCE $3,000,000 CLAIMS-MADE ❑X OCCUR DAMAGETO RENTED $250,000 PREMISES-(Ea occurrence __ MED EXP(Any one person) S10,000 PERSONAL&ADV INJURY $3,000,000 N GENT AGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $6,000,000 N POLICY ❑X JECT ❑X LOC PRODUCTS-COMP/OP AGG $6,000,000 ul OTHER: o° r B AUTOMOBILE LIABILITY A52-611-004030-115 05/30/2015 05/30/2016 COMBINED SINGLE LIMIT $2,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) Z ALLOWNED SCHEDULED BODILY INJURY(Per accident) d AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE v AUTOS Per accident)y:. dl A X UMBRELLA LIAB X OCCUR 1000021824 05/30/2015 05/30/2016 EACH OCCURRENCE $5,000,005 U EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,600 DED RETENTION C WORKERS COMPENSATION AND WA761DO04030095 05/30/2015 05 30/2016 X PER STATUTE EMPLOYERS'LIABILITY YIN ER ANY PROPRIETOR/PARTNER I EXECUTIVE E.L.EACH ACCIDENT $2,000,000 OFFICERIMEMBER EXCLUDED? �N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $2,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $2,000,000- DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Fort worth Alliance Airport - Extensions for Runway 16R, 16L and Taxiway A. The City of Fort worth and Jacobs Engineering Group, Inc., including their respective officers, directors, agents and employees are included as additional insured, as their 'Se-r interest may appear, in accordance with the policy provisions of the general liability, automobile liability and umbrella liability policies. General liability evidenced herein is primary and non-contributory to other insurance available to an Additional insured, but only in accordance with the policy's provisions. A waiver of subrogation is granted in favor of The City of Fort worth and Jacobs Engineering Group, Inc., including their respective officers, directors, agents and employees in accordance with the policy provisions of the general liability, automobile liability, umbrella liability and workers CERTIFICATE HOLDER CANCELLATION _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort worth AUTHORIZED REPRESENTATIVE 1000 Throckmorton street Fort worth Tx 76102 USA ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD I f AGENCY CUSTOMER ID: 570000054359 ® LOC#: A�-°%° ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk Services Northeast, Inc. The Lane Construction POLICY NUMBER See Certificate Number: 570058926523 CARRIER NAIC CODE See Certificate Number: 570058926523 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations/Locations/Vehicles: compensation policies. Umbrella liability follows form over general liability, automobile liability and employers liability. ACORD 101(2008101) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number T132-611-004030-105 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION Il-WHO IS AN INSURED is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance. But: The insurance provided by this amendment: 1. Applies only to "bodily injury" or"property damage"arising out of(a)"your work" or(b) premises or other property owned by or rented to you; 2. Applies only to coverage and minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; and 3. Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance is in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those of such other insurance or whether such other insurance is valid and collectible. The following provisions also apply: 1. Where the applicable written agreement requires the insured to provide liability insurance on a primary, excess, contingent, or any other basis,this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. 3 This endorsement shall not apply to any person or organization for any "bodily injury"or "property damage" if any other additional insured endorsement on this policy applies to that person or organization with regard to the "bodily injury"or "property damage". 4. If any other additional insured endorsement applies to any person or organization and you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for that additional insured,this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply, regardless of whether the person or organization has available other valid and collectible insurance. If the applicable written agreement does not specify on what basis the liability insurance will apply,the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. LN 20 01 06 05 POLICY NUMBER:TB2-611-004030-105 COMIVERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSENENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- obligated to pay as damages caused by rences" under Section I — Coverage A, and for all "occurrences" under Section I — Coverage A, and medical expenses caused by accidents under for all medical expenses caused by accidents Section I — Coverage C, which can be attributed under Section I — Coverage C, which cannot be only to ongoing operations at a single designated attributed only to ongoing operations at a single construction project shown in the Schedule below: designated construction project shown in the 1. A separate Designated Construction Project Schedule below: General Aggregate Limit applies to each des- 1. Any payments made under Coverage A for ignated construction project, and that limit is damages or under Coverage C for medical equal to the amount of the General Aggregate expenses shall reduce the amount available Limit shown in the Declarations. under the General Aggregate Limit or the 2. The Designated Construction Project General Products-completed Operations Aggregate Aggregate Limit is the most we will pay for the Limit, whichever is applicable; and sum of all damages under Coverage A, ex- 2. Such payments shall not reduce any cept damages because of "bodily injury" or Designated Construction Project General "property damage" included in the "products- Aggregate Limit. completed operations hazard", and for medi- C. When coverage for liability arising out of the cal expenses under Coverage C regardless of the number of: "products-completed operations hazard" is prov- ided, any payments for damages because of a. Insureds; "bodily injury" or"property damage" included in the b. Claims made or"suits" brought; or "products-completed operations hazard" will c. Persons or organizations making claims or reduce the .Products-completed Operations Agg- bringing"suits". regate Limit, and not reduce the General Agg- regate Limit nor the Designated Construction 3. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the Designated Con- has been abandoned, delayed, or abandoned and struction Project General Aggregate Limit for then restarted, or if the authorized contracting that designated construction project. Such parties deviate from plans, blueprints, designs, payments shall not reduce the General Ag- specifications or timetables, the project will still be gregate Limit shown in the Declarations nor deemed to be the same construction project. shall they reduce any other Designated Con- struction Project General Aggregate Limit for E. The provisions of Section III — Limits Of Insurance any other designated construction project not otherwise modified by this endorsement shall shown in the Schedule below. continue to apply as stipulated. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 SCHEDULE Designated Construction Project(s): All projects away from premises owned by or rented to the named insured. Subject to a $50,000,000 cap Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 25 03 05 09 C Insurance Services Office, Inc., 2008 Page 2 of 2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT ' TABLE OF CONTENTS ' Page U Article l —Definitions and Terminology..........................................................................................................l � 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology-------------------------------------------.0 KArticle 2—Preliminary Matters.........................................................................................................................7 2-01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 � 2.03 Starting the Work..........................................................................................................................Q 2.04 Before Starting Construction.................................................................... ...................................Q � 2.05 Preconstruction Conference..........................................................................................................8 � 2.00 Public Meeting------------------------------------------8 2177 luido}Acceptance of Schedules....................................................................................................8 � Article 3—Contract Documents: lntont fl��a� 0 � _-_—�'_—_---�, -------------------------. 3.01 Intent..............................................................................................................................................0 3.02 Reference Standards......................................................................................................................9 « 3.03 Reporting and Resolving Discrepancies-----------------------------g 3.04 Amending and Supplementing Contract Documents.................................................................lU 3.05 Reuse of Documents...................................................................................................................lO » 3O0 ���in�u��I)otu ll � I. -----------------------------------------. Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous � Coudidoou� }tcf�r*n:oPobdo I » , �---�—'��—�.�.�..�.......--.�.�''—'��—'�—��'—.......—�.�—�--'���'��' » 4.01 Availability nf Lands..................................................................................................................ll 4.02 Subsurface and Physical Conditions ..........................................................................................l2 8 K 4.03 Differing Subsurface or Physical Conditions� � � � ''''''''''''�' �� � � ''' '''�' 'l2 » 4.04 Underground Facilities ...............................................................................................................l3 4.05 Reference Points .....—...—.----''''—.'—'.—.......—.—.'''.'.'''.'.'..—.—....--'''.'..'..l4 4�00 }{u�urdouaI�n/bnuu�u�a\Coudbbuout8�e—..—.......—.'.—'—''.—.—'.—.........—'.'--...'..l4 Article5—Bonds and Insurance.....................................................................................................................l0 5.01 Licensed Sureties and Insurers...................................................................................................l8 � 5.02 Performance,Payment, and Maintenance Bonds.......................................................................lh 5.03 Certificates of Insurance.............................................................................................................l6 5.04 Contractor's Insurance.--.'''—.--.—...—..'—..'—''.—.—...--.....—.'—.'..'—.'..—.—.......l8 [ 5.05 Acceptance of Bonds and Insurance; Option to Replace...—..............—..'''.--.—...—.—.......lA Article 8—Contractor's Responsibilities........................................................................................................l9 / 6.01 Supervision and Superintendence...............................................................................................l9 � CITY op FORT WORTH a STANDARD CONSTRUCTION xrccnrAnowDOCUMENTS Revision:Docember21,2012 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative.....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 .` . 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................:...............................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 ' 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 minate for Cause...................................................................................................58 15.02 City May Ter 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 _ 007200-1 General Conditions Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. 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. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 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—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. 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 Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any, and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. 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 officially 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. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. 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. Contractor—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 DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27.Director of 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 Community Services— The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning 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 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. 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 Orders are paid from Field Order Allowances incorporated into the Contact by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. 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 fiom time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. 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. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 conducted 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 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. 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 furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for - materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber2l,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful 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 from 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 furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground 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 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. 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 6 p.m. 1.02 Terminology 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions 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 Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. 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 perform 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. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Do cuments City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part 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 with," "as shown," 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 SPECIFCATION DOCUMENTS Revision:December2l,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 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, fiom 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. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents 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 Documents During Performance 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Docember21,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, 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 proposal. 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 terns and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decemba2l,2012 007200-1 General Conditions Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also 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 fiom those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 Availability ofLands 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 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. Litnited 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, 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 provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 13 of 63 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 3. 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 d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other 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 will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by 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, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any"technical data" or any such other data,interpretations,opinions or information. ' C. Contractor shall not be responsible 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 6.17.A); and (iii) notify City(and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such 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 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 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 own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 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 Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' 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. _ 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled,upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be 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 Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if 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-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or 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 railroad 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 shall 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 Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decemba2l,2012 007200-1 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. 6.02 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 performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 21 of 63 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. 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 fiom 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 0132 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" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.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) 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:Dxember2l,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of 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 0125 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall 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 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special 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 anyone 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 6.05.13. 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 in the Contract Documents (or in the provisions of any other direct contract with City) resulting fiom the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 24 of 63 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 Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business 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 MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deceanber2l,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 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 Rates. 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 accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted fiom successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 26 of 63 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 be 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. F. 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 assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fidlest 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay 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 the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. 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 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 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in 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. 1)n�i..:1/\vww.:,�nrindox siaie,tx us/tax fb/taxi,61- s/93-16 rill s�_ imI 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indernnify and hold harmless City,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: During 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. 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 or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and 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, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative 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. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not 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 25%, 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 with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deceinber2l,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or 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 responsibility 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: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; ` 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from 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 5.02.13. 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. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-I General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of ProfessionalDesigrz 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. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after 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 further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as 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 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, 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 Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dezember 21,2012 007200-1 General Conditions Page 36 of 63 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. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of 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 City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber21,2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations 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. B. 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 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 Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 38 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 Determinationsfor 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 Acceptability 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 Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, 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 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 sum 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 thereof, 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 general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decemba2l,2012 007200-1 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 Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim, 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City 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: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,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 for in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Woi* A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the 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 such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 i 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs 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 11.0I.A.I or specifically covered by Paragraph 11.0LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. 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 Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost 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 Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change 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% fiom 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 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Domnber21,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of 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 12.0l.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 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.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, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.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 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under 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 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of 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 amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other 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 DOCUMENTS Revision:Demnber2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests 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:December 21,2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the 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 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, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the 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 guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it fiom the Project and replace it with Work that is not defective, and 4, satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the 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 therefiom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract 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 perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid 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 SPECIFCATION DOCUMENTS Revision:D-ember2l,2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 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. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 53 of 63 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 Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment 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 performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or - b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Doceanber21,2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damnages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially 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. 2. 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 Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dor- ber21,2012 007200-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion 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 furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber21,2012 007200-1 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 ormance periods following the completion of all other and maintenance, and test and per 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 Clainis 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 City 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 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 necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dece nber2l,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Docemba2l,2012 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety fiom 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 fiom completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages fiom 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 15.023, 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 fiom liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 72 00-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no 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 performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of 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 with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) 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:December 21,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 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 last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 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. CITY OF FORT WORTH u STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00 - General 9 Conditions, and other provisions of the Contract Documents as indicated below. All provisions 10 of the General Conditions that are modified or supplemented remain in full force and effect as 11 so modified or supplemented. All provisions of the General Conditions which are not so 12 modified or 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 20 21 The following are instructions that modify or supplement specific paragraphs in the General 22 Conditions and other Contract Documents. 23 _ 24 SC-1.01A. "Defined Terms" 25 26 The following definition is added: 27 28 General Conditions-The Standard General Conditions of the Construction Contract, Section 00 29 7200. 30 31 SC-3.038., "Resolving Discrepancies" 32 33 Paragraph 1 is modified to read as follows: 34 35 1. Except as may be otherwise specifically stated in the Contract Documents, the 36 provisions of the Contract Documents shall take precedence in resolving any conflict, 37 error, ambiguity, or discrepancy between the provisions of the Contract Documents and _ 38 the provisions of any standard, manual, or the instruction of any Supplier(whether or not 39 specifically incorporated by reference in the Contract Documents). 40 41 Paragraph 2 is modified to read as follows: 42 - 43 2. In case of discrepancy: 44 45 a. Calculated dimensions will govern over scaled dimensions; 46 b. Contract technical specifications shall govern over the Standard General 47 Conditions of the Construction Contract (Contract General Conditions), FAA 48 General Provisions, plans, cited standards for materials or testing, and cited 49 advisory circulars (ACs); Supplementary Conditions 00 73 00-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I c. FAA General Provisions shall govern over Contract General Conditions; plans, 2 cited standards for materials or testing, and cited ACs; and 3 d. Plans shall govern over cited standards for materials or testing and cited ACs. 4 SC-4.01A 5 6 Easement limits shown on the Drawing are approximate and were provided to establish a basis 7 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 8 the lines shown on the Contract Drawings. 9 10 SC-4.01A.1., "Availability of Lands" 11 12 The following is a list of known outstanding right-of-way, and/or easements to be acquired. 13 14 Outstanding Right-Of-Way, and/or Easements to Be Acquired 15 PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Existing Mainline Segment (South)— 1,700' North of Eagle Parkway to 4,000' BNSF Railway Company October 8, 2015 North of Intermodal Parkway 16 17 The Contractor understands and agrees that the dates listed above are estimates only, are not 18 guaranteed, and do not bind the City. 19 20 If Contractor considers the final easements provided to differ materially from the representations 21 on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding 22 with the Work, notify City in writing associated with the differing easement line locations. 23 24 SC-4.01A.2, "Availability of Lands" 25 26 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or 27 relocated. 28 29 Utilities or obstructions to be removed, adjusted, and/or relocated 30 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 31 32 The Contractor understands and agrees that the dates listed above are estimates only, are not 33 guaranteed, and do not bind the City. 34 35 SC-4.02A., "Subsurface and Physical Conditions" 36 37 Attached in the appendix 38 Supplementary Conditions 00 73 00-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SC-4.06A., "Hazardous Environmental Conditions at Site" 2 3 NONE 4 5 SC-5.03A., "Certificates of Insurance" 6 7 The entities listed below are "additional insureds as their interest may appear" including their - 8 respective officers, directors, agents and employees. 9 10 (1) City 11 (2) Consultant: Jacobs Engineering Group Inc 12 (3) Other: None 13 14 SC-5.04A., "Contractor's Insurance" 15 16 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 17 coverages for not less than the following amounts or greater where required by laws and 18 regulations: 19 20 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 21 22 Statutory limits 23 Employer's liability 24 $100,000 Each accident/occurrence _ 25 $100,000 Disease - each employee 26 $500,000 Disease - policy limit 27 28 SC-5.04B., "Contractor's Insurance" 29 30 5.04B. Commercial General Liability, under Paragraph GC-5.048. Contractor's Liability 31 Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the 32 Contractor with minimum limits of: 33 34 $1,000,000 Each occurrence 35 $2,000,000 Aggregate limit 36 37 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance) 38 making the General Aggregate Limits apply separately to each job site. 39 40 The Commercial General Liability Insurance policies shall provide "X", "C', and "U" 41 coverage's. Verification of such coverage must be shown in the Remarks Article of the 42 Certificate of Insurance. 43 44 SC 5.04C., "Contractor's Insurance" 45 46 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance 47 under Paragraph GC-5.04C., which shall be in an amount not less than the following 48 amounts: 49 Supplementary Conditions 00 73 00-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 (1) Automobile Liability- a commercial business policy shall provide coverage on "Any 2 Auto", defined as autos owned, hired and non-owned. 3 4 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if 5 limits are at least: 6 7 $250,000 Bodily Injury per person/ 8 $500,000 Bodily Injury per accident/ 9 $100,000 Property Damage 10 11 SC-5.04D., "Contractor's Insurance" 12 13 The Contractor's construction activities will require its employees, agents, subcontractors, 14 equipment, and material deliveries to cross railroad properties and tracks (None). 15 16 The Contractor shall conduct its operations on railroad properties in such a manner as not to 17 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or 18 operation of its/their trains or other property. Such operations on railroad properties may require 19 that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or 20 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 21 each railroad company and be prepared to execute the right-of-entry (if any) required by a 22 railroad company. The requirements specified herein likewise relate to the Contractor's use of 23 private and/or construction access roads crossing said railroad company's properties. 24 25 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall 26 provide coverage for not less than the following amounts, issued by companies satisfactory to 27 the City and to the Railroad Company for a term that continues for so long as the Contractor's 28 operations and work cross, occupy, or touch railroad property: 29 30 (1) General Aggregate: (NONE) 31 32 (2) Each Occurrence: (NONE) 33 34 _ Required for this Contract X Not required for this Contract 35 36 With respect to the above outlined insurance requirements, the following shall govern: 37 38 1. Where a single railroad company is involved, the Contractor shall provide one insurance 39 policy in the name of the railroad company. However, if more than one grade separation 40 or at-grade crossing is affected by the Project at entirely separate locations on the line or 41 lines of the same railroad company, separate coverage may be required, each in the 42 amount stated above. 43 44 2. Where more than one railroad company is operating on the same right-of-way or where 45 several railroad companies are involved and operated on their own separate rights-of- 46 way, the Contractor may be required to provide separate insurance policies in the name 47 of each railroad company. 48 49 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is 50 proposed on a railroad company's right-of-way at a location entirely separate from the Supplementary Conditions 00 73 00-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 grade separation or at-grade crossing, insurance coverage for this work must be 2 included in the policy covering the grade separation. 3 4 4. If no grade separation is involved but other work is proposed on a railroad company's 5 right-of-way, all such other work may be covered in a single policy for that railroad, even 6 though the work may be at two or more separate locations. 7 8 No work or activities on a railroad company's property to be performed by the Contractor shall 9 be commenced until the Contractor has furnished the City with an original policy or policies of 10 the insurance for each railroad company named, as required above. All such insurance must 11 be approved by the City and each affected Railroad Company prior to the Contractor's 12 beginning work. 13 14 The insurance specified above must be carried until all Work to be performed on the railroad 15 right-of-way has been completed and the grade crossing, if any, is no longer used by the 16 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 17 performed in the railroad right-of-way. Such insurance must name the railroad company as the 18 insured, together with any tenant or lessee of the railroad company operating over tracks 19 involved in the Project. - 20 21 SC-6.04., "Project Schedule" 22 23 Project schedule shall be tier 3 for the project. 24 25 SC-6.07., "Wage Rates" 26 27 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 28 Mandatory Contract Provisions: Davis Bacon Wages 29 30 SC-6.09., "Permits and Utilities" 31 32 SC-6.09A., "Contractor obtained permits and licenses" 33 The following are known permits and/or licenses required by the Contract to be acquired by the 34 Contractor: SWPPP 35 36 SC-6.098. "City obtained permits and licenses" 37 The following are known permits and/or licenses required by the Contract to be acquired by the 38 City: NONE 39 40 SC-6.09C. "Outstanding permits and licenses" 41 42 The following is a list of known outstanding permits and/or licenses to be acquired,. 43 44 Outstanding Permits and/or Licenses to Be Acquired 45 OWNER PERMIT OR LICENSE AND TARGET DATE LOCATION OF POSSESSION (NONE) 46 Supplementary Conditions 00 73 00-5 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" 2 3 During the performance of this Contract, the Contractor, for itself, its assignees and successors 4 in interest(hereinafter referred to as the "Contractor") agrees as follows: 5 6 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 7 nondiscrimination in Federally-assisted programs of the Department of Transportation 8 (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be 9 amended from time to time, (hereinafter referred to as the Regulations), which are herein 10 incorporated by reference and made a part of this contract. 11 12 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the 13 contract, shall not discriminate on the grounds of race, color, or national origin, in the 14 selection and retention of subcontractors, including procurements of materials and leases of 15 equipment. The Contractor shall not participate either directly or indirectly in the 16 discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 17 practices when the contract covers a program set forth in Appendix B of the Regulations. 18 19 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: 20 In all solicitations either by competitive bidding or negotiation made by the contractor for 21 work to be performed under a subcontract, including procurements of materials or leases of 22 equipment, each potential subcontactor or supplier shall be notified by the Contractor of the 23 Contractor's obligations under this contract and the Regulations relative to nondiscrimination 24 on the grounds of race, color, or national origin. 25 26 4. Information and Reports: The Contractor shall provide all information and reports required 27 by the Regulations or directives issued pursuant thereto, and shall permit access to its 28 books, records, accounts, other sources of information and its facilities as may be 29 determined by City or the Texas Department of Transportation to be pertinent to ascertain 30 compliance with such Regulations, orders and instructions. Where any information required 31 of a contractor is in the exclusive possession of another who fails or refuses to furnish this 32 information the contractor shall so certify to the City, or the Texas Department of 33 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 34 information. 35 36 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 37 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it 38 or the Texas Department of Transportation may determine to be appropriate, including, but 39 not limited to: 40 41 a. withholding of payments to the Contractor under the Contract until the Contractor 42 complies, and/or 43 b. cancellation, termination or suspension of the Contract, in whole or in part. 44 45 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) 46 through (6) in every subcontract, including procurements of materials and leases of 47 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The 48 Contractor shall take such action with respect to any subcontract or procurement as City or 49 the Texas Department of Transportation may direct as a means of enforcing such provisions 50 including sanctions for non-compliance: Provided, however, that, in the event a contractor Supplementary Conditions 00 73 00-6 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 2 result of such direction, the contractor may request City to enter into such litigation to protect 3 the interests of City, and, in addition, the contractor may request the United States to enter 4 into such litigation to protect the interests of the United States. 5 6 Additional Title VI requirements can be found in the Appendix. 7 8 SC-7.02., "Coordination" 9 10 The individuals or entities listed below have contracts with the City for the performance of other 11 work at the Site: 12 Vendor Scope of Work Coordination Authority Federal Aviation Relocation of NAVAIDs Aviation Department Administration equipment related to the Runway Extension project 13 14 SC-8.01, "Communications to Contractor" 15 16 NONE 17 18 SC-9.01., "City's Project Representative" 19 20 The following firm is a consultant to the City responsible for construction management of this 21 Project: 22 23 Jacobs Engineering Group, Inc. 24 777 Main Street 25 Fort Worth, Texas 76102 26 817-735-6000 27 28 SC-15.03, "City May Terminate for Convenience" 29 30 The following paragraph is added to Article 15.03: 31 32 D. In the event no funds or insufficient funds are appropriated and budgeted or are otherwise 33 unavailable by any means whatsoever in any fiscal period for payments due under this 34 contract, then the City will immediately notify Contractor of such occurrence and this 35 contract shall be terminated on the last day of the fiscal period for which appropriations were 36 received without penalty or expense to the City of any kind whatsoever, except to the 37 portions of annual payments herein agreed upon for which funds shall have been 38 appropriated. 39 40 END OF SECTION Supplementary Conditions 00 73 00-7 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL --. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing all 20 Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. Summary of Work 01 11 00-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences and 21 to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. Summary of Work 01 11 00-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 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] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION - 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 Summary of Work 01 11 00-3 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract(unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from - 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, 41 b. Contractor proposes a cost and/or time reduction incentive to the City. Substitution Procedures 01 2500-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form (attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit 3 copies of each written request for substitution, including: 8 a. Documentation 9 1) Complete data substantiating compliance of proposed substitution with 10 Contract Documents 11 2) Data relating to changes in construction schedule, when a reduction is 12 proposed 13 3) Data relating to changes in cost 14 b. For products 15 1) Product identification 16 a) Manufacturer's name 17 b) Telephone number and representative contact name 18 c) Specification Section or Drawing reference of originally specified 19 product, including discrete name or tag number assigned to original 20 product in the Contract Documents 21 2) Manufacturer's literature clearly marked to show compliance of proposed 22 product with Contract Documents 23 3) Itemized comparison of original and proposed product addressing product 24 characteristics including, but not necessarily limited to: 25 a) Size 26 b) Composition or materials of construction 27 c) Weight 28 d) Electrical or mechanical requirements 29 4) Product experience 30 a) Location of past projects utilizing product 31 b) Name and telephone number of persons associated with referenced 32 projects knowledgeable concerning proposed product 33 c) Available field data and reports associated with proposed product 34 5) Samples 35 a) Provide at request of City. 36 b) Samples become the property of the City. 37 c. For construction methods: 38 1) Detailed description of proposed method 39 2) Illustration drawings 40 C. Approval or Rejection 41 1. Written approval or rejection of substitution given by the City 42 2. City reserves the right to require proposed product to comply with color and pattern 43 of specified product if necessary to secure design intent. 44 3. In the event the substitution is approved, the resulting cost and/or time reduction 45 will be documented by Change Order in accordance with the General Conditions. 46 4. No additional contract time will be given for substitution. 47 5. Substitution will be rejected if: 48 a. Submittal is not through the Contractor with his stamp of approval Substitution Procedures 01 2500-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 b. Request is not made in accordance with this Specification Section 2 c. In the City's opinion, acceptance will require substantial revision of the original 3 design 4 d. In the City's opinion, substitution will not perform adequately the function 5 consistent with the design intent 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. In making request for substitution or in using an approved product, the Contractor 11 represents that the Contractor: 12 1. Has investigated proposed product, and has determined that it is adequate or 13 superior in all respects to that specified, and that it will perform function for which it 14 is intended 15 2. Will provide same guarantee for substitute item as for product specified 16 3. Will coordinate installation of accepted substitution into Work, to include building 17 modifications if necessary, making such changes as may be required for Work to 18 be complete in all respects 19 4. Waives all claims for additional costs related to substitution which subsequently 20 arise 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY[NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 Substitution Procedures 01 2500-3 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to 34 the specified item. 35 Submitted By: For Use by City 36 37 Signature _ Recommended _ Recommended as 38 noted 39 40 Firm _ Not recommended Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date Substitution Procedures 01 2500-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully . 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request Preconstruction Meeting 00 31 19-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX r I 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 5 and provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 I. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments Preconstruction Meeting 0031 19-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 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] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1l END OF SECTION I _ Preconstruction Meeting 0031 19-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART 1 - GENERAL - 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. I 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified-and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when 29 requested by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor Project Meetings 01 31 20-1 Federally Funded Issued for Construc tion Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX j s i b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following the 5 pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 I. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information Project Meetings 01 31 20-2 Federally Funded Issued for Construc tion Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALWINFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY[NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 Project Meetings 01 31 20-3 Federally Funded Issued for Construe tion Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 32 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule- Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. Construction Progress Schedule 01 32 16-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 4. Schedule Narrative -Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM 26 Status Report that delays to the critical path have resulted and the Contract 27 completion date will not be met, or when so directed by the City, make some or all 28 of the following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working days 37 per week, the amount of construction equipment, or any combination of the 38 foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so 42 requested by the City, the City may direct the Contractor to increase the level of 43 effort in manpower(trades), equipment and work schedule (overtime, weekend and 44 holiday work, etc.)to be employed by the Contractor in order to remove or arrest 45 the delay to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. Construction Progress Schedule 01 3216-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting evidence, 9 make findings of fact and will advise the Contractor, in writing thereof. 10 2) If the City finds that the requested extension of time is entitled, the City's 11 determination as to the total number of days allowed for the extensions shall 12 be based upon the approved total baseline schedule and on all data 13 relevant to the extension. 14 a) Such data shall be included in the next updating of the Progress 15 schedule. 16 b) Actual delays in activities which, according to the Baseline schedule, do 17 not affect any Contract completion date shown by the critical path in the 18 network will not be the basis for a change therein. 19 2. Submit each request for change in Contract completion date to the City within 30 20 days after the beginning of the delay for which a time extension is requested but 21 before the date of final payment under this Contract. 22 a. No time extension will be granted for requests which are not submitted within 23 the foregoing time limit. 24 b. From time to time, it may be necessary for the Contract schedule or completion 25 time to be adjusted by the City to reflect the effects of job conditions, weather, 26 technical difficulties, strikes, unavoidable delays on the part of the City or its 27 representatives, and other unforeseeable conditions which may indicate 28 schedule adjustments or completion time extensions. 29 1) Under such conditions, the City will direct the Contractor to reschedule the 30 work or Contract completion time to reflect the changed conditions and the 31 Contractor shall revise his schedule accordingly. 32 a) No additional compensation will be made to the Contractor for such 33 schedule changes except for unavoidable overall contract time 34 extensions beyond the actual completion of unaffected work, in which 35 case the Contractor shall take all possible action to minimize any time 36 extension and any additional cost to the City. 37 b) Available float time in the Baseline schedule may be used by the City as 38 well as by the Contractor. 39 3. Float or slack time is defined as the amount of time between the earliest start date 40 and the latest start date or between the earliest finish date and the latest finish date 41 of a chain of activities on the Baseline Schedule. 42 a. Float or slack time is not for the exclusive use or benefit of either the Contractor 43 or the City. 44 b. Proceed with work according to early start dates, and the City shall have the 45 right to reserve and apportion float time according to the needs of the project. 46 c. Acknowledge and agree that actual delays, affecting paths of activities 47 containing float time, will not have any effect upon contract completion times, 48 providing that the actual delay does not exceed the float time associated with 49 those activities. Construction Progress Schedule 01 3216-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I I E. Coordinating Schedule with Other Contract Schedules 2 1. Where work is to be performed under this Contract concurrently with or contingent 3 upon work performed on the same facilities or area under other contracts, the 4 Baseline Schedule shall be coordinated with the schedules of the other contracts. 5 a. Obtain the schedules of the other appropriate contracts from the City for the 6 preparation and updating of Baseline schedule and make the required changes 7 in his schedule when indicated by changes in corresponding schedules. 8 2. In case of interference between the operations of different contractors, the City will 9 determine the work priority of each contractor and the sequence of work necessary 10 to expedite the completion of the entire Project. 11 a. In such cases, the decision of the City shall be accepted as final. 12 b. The temporary delay of any work due to such circumstances shall not be 13 considered as justification for claims for additional compensation. 14 1.5 SUBMITTALS 15 A. Baseline Schedule 16 1. Submit Schedule in native file format and pdf format as required in the City of Fort 17 Worth Schedule Guidance Document. 18 a. Native file format includes: 19 1) Primavera (P6 or Primavera Contractor) 20 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 21 bring in hard copy to the meeting for review and discussion. 22 B. Progress Schedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Schedule monthly no later than the last day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 28 Schedule Guidance Document. 29 2. Submit schedule narrative monthly no later than the last day of the month. 30 D. Submittal Process 31 1. The City administers and manages schedules through Buzzsaw. 32 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by 35 the City, no further progress schedules are required. 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 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules of similar complexity. Construction Progress Schedule 01 3216-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. 3 C. Contractor is responsible for the quality of all submittals in this section meeting the 4 standard of care for the construction industry for similar projects. 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY[NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 Construction Progress Schedule 01 3216-5 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 33 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. Submittals 01 3300-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8'/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions Submittals 01 3300-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11.An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs Submittals 01 3300-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10)Mill reports 5 11)Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance with 26 approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate City 34 representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate City 42 representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) Submittals 01 3300-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals S b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 Submittals 01 3300-5 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 2 notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the final 5 product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the final 12 product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of the 16 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the intent 19 of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. Submittals 01 3300-6 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI"followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] Submittals 01 3300-7 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 Submittals 01 3300-8 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B.Deviations from this City of Fort Worth Standard Specification 19 1. Work required by this specification is incidental to the project. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A.Measurement and Payment 26 1. Work associated with this Item is considered subsidiary to the various Items bid. 27 2. No separate payment will be allowed for this Item. 28 1.3 REFERENCES 29 A.Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 36 Specification 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A.Work near High Voltage Lines Special Project Procedures 01 35 13-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1. Regulatory Requirements 2 a. All Work near High Voltage Lines (more than 600 volts measured between 3 conductors or between a conductor and the ground) shall be in accordance with 4 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 5 2. Warning sign 6 a. Provide sign of sufficient size meeting all OSHA requirements. 7 3. Equipment operating within 10 feet of high voltage lines will require the following 8 safety features 9 a. Insulating cage-type of guard about the boom or arm 10 b. Insulator links on the lift hook connections for back hoes or dippers 11 c. Equipment must meet the safety requirements as set forth by OSHA and the 12 safety requirements of the owner of the high voltage lines 13 4. Work within 6 feet of high voltage electric lines 14 a. Notification shall be given to: 15 1) The power company(example: ONCOR) 16 a) Maintain an accurate log of all such calls to power company and record 17 action taken in each case. 18 b. Coordination with power company 19 1) After notification coordinate with the power company to: 20 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 21 lower the lines 22 c. No personnel may work within 6 feet of a high voltage line before the above 23 requirements have been met. 24 B.Confined Space Entry Program 25 1. Provide and follow approved Confined Space Entry Program in accordance with 26 OSHA requirements. 27 2. Confined Spaces include: 28 a. Manholes 29 b. All other confined spaces in accordance with OSHA's Permit Required for 30 Confined Spaces 31 C. Air Pollution Watch Days 32 1. General 33 a. Observe the following guidelines relating to working on City construction sites 34 on days designated as "AIR POLLUTION WATCH DAYS". 35 b. Typical Ozone Season 36 1) May 1 through October 31. 37 c. Critical Emission Time 38 1) 6:00 a.m. to 10:00 a.m. 39 2. Watch Days 40 a. The Texas Commission on Environmental Quality(TCEQ), in coordination with 41 the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on 42 the afternoon prior to the WATCH day. 43 b. Requirements 44 1) Begin work after 10:00 a.m. whenever construction phasing requires the 45 use of motorized equipment for periods in excess of 1 hour. 46 2) However, the Contractor may begin work prior to 10:00 a.m. if: 47 a) Use of motorized equipment is less than 1 hour, or Special Project Procedures 01 3513-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I b) If equipment is new and certified by EPA as "Low Emitting", or 2 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 3 alternative fuels such as CNG. 4 D. TCEQ Air Permit 5 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 6 E.Use of Explosives, Drop Weight, Etc. 7 1. When Contract Documents permit on the project the following will apply: 8 a. Public Notification 9 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 10 prior to commencing. 11 2) Minimum 24 hour public notification in accordance with Section 01 31 13 12 F.Water Department Coordination 13 1. During the construction of this project, it will be necessary to deactivate, for a 14 period of time, existing lines. The Contractor shall be required to coordinate with 15 the Water Department to determine the best times for deactivating and activating 16 those lines. 17 2. Coordinate any event that will require connecting to or the operation of an existing 18 City water line system with the City's representative. 19 a. Coordination shall be in accordance with Section 33 12 25. 20 b. If needed, obtain a hydrant water meter from the Water Department for use 21 during the life of named project. 22 c. In the event that a water valve on an existing live system be turned off and on 23 to accommodate the construction of the project is required, coordinate this 24 activity through the appropriate City representative. 25 1) Do not operate water line valves of existing water system. 26 a) Failure to comply will render the Contractor in violation of Texas Penal 27 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will 28 be prosecuted to the full extent of the law. 29 b) In addition, the Contractor will assume all liabilities and responsibilities 30 as a result of these actions. 31 G. Public Notification Prior to Beginning Construction 32 1. Prior to beginning construction on any block in the project, on a block by block 33 basis, prepare and deliver a notice or flyer of the pending construction to the front 34 door of each residence or business that will be impacted by construction. The 35 notice shall be prepared as follows: 36 a. Post notice or flyer 7 days prior to beginning any construction activity on each 37 block in the project area. 38 1) Prepare flyer on the Contractor's letterhead and include the following 39 information: 40 a) Name of Project 41 b) City Project No (CPN) 42 c) Scope of Project(i.e. type of construction activity) 43 d) Actual construction duration within the block 44 e) Name of the contractor's foreman and phone number 45 f) Name of the City's inspector and phone number 46 g) City's after-hours phone number 47 2) A sample of the 'pre-construction notification'flyer is attached as Exhibit A. Federally Funded Special Project Procedures 01 35 13-3 Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX i 1 1 3) Submit schedule showing the construction start and finish time for each 2 block of the project to the inspector. 3 4) Deliver flyer to the City Inspector for review prior to distribution. 4 b. No construction will be allowed to begin on any block until the flyer is delivered 5 to all residents of the block. 6 H. Public Notification of Temporary Water Service Interruption during Construction 7 1. In the event it becomes necessary to temporarily shut down water service to 8 residents or businesses during construction, prepare and deliver a notice or flyer of 9 the pending interruption to the front door of each affected resident. 10 2. Prepared notice as follows: 11 a. The notification or flyer shall be posted 24 hours prior to the temporary 12 interruption. 13 b. Prepare flyer on the contractor's letterhead and include the following 14 information: 15 1) Name of the project 16 2) City Project Number 17 3) Date of the interruption of service 18 4) Period the interruption will take place 19 5) Name of the contractor's foreman and phone number 20 6) Name of the City's inspector and phone number 21 c. A sample of the temporary water service interruption notification is attached as 22 Exhibit B. 23 d. Deliver a copy of the temporary interruption notification to the City inspector for 24 review prior to being distributed. 25 e. No interruption of water service can occur until the flyer has been delivered to 26 all affected residents and businesses. 27 f. Electronic versions of the sample flyers can be obtained from the Project 28 Construction Inspector. 29 g. 30 1. Dust Control 31 1. Use acceptable measures to control dust at the Site. 32 a. If water is used to control dust, capture and properly dispose of waste water. 33 b. If wet saw cutting is performed, capture and properly dispose of slurry. 34 J.Employee Parking 35 1. Provide parking for employees at locations approved by the City. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 42 1.11 FIELD [SITE] CONDITIONS [NOT USED] Special Project Procedures 01 3513-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1.12 WARRANTY[NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Special Project Procedures 01 35 13-5 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 - 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 I 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, 18 OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF 21 THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, 24 PLEASE CALL: 25 26 27 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 - 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 Special Project Procedures 01 3513-6 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 EXHIBIT B 2 FORT WORTH Date: DOS 110.XXXX Project mww. 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 Special Project Procedures 01 3513-7 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 45 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: ,. 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality Assurance 19 testing. 20 1) If the first Quality Assurance test performed by the City fails, the Contractor 21 is responsible for payment of subsequent Quality Assurance testing until a 22 passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently in 31 advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. Testing and Inspection Services 01 4523-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 Testing and Inspection Services 01 45 23-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities having 28 jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired Temporary Facilities and Controls 01 50 00-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide 38 storage environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents Temporary Facilities and Controls 01 5000-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] to 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY[NOT USED] 17 PART 2 - PRODUCTS [NOT USED] _ 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. 25 3.5 [REPAIR]/ [RESTORATION] 26 3.6 RE-INSTALLATION 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] Temporary Facilities and Controls 01 5000-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 3.11 CLOSEOUT ACTIVITIES 2 A. Temporary Facilities 3 1. Remove all temporary facilities and restore area after completion of the Work, to a 4 condition equal to or better than prior to start of Work. 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] s END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 Temporary Facilities and Controls 01 5000-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. 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 of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic Control 30 in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for review. 33 1) Allow minimum 10 working days for review of proposed Traffic Control. 34 B. Street Use Permit 35 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 36 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation 37 and Public Works Department. 38 1) Allow a minimum of 5 working days for permit review. Street Use Permit and Modifications to Traffic Control 01 5526-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section P-156—Temporary Air and Water Pollution, Soil Erosion and Siltation 13 Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section P-156. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. Storm Water Pollution Prevention 01 57 13-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review Storm Water Pollution Prevention 01 5713-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] to 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 Storm Water Pollution Prevention 01 5713-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART 1 - GENERAL - 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY[NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. Temporary Project Signage 01 58 13-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I B. Materials 2 1. Sign 3 a. Constructed of Y4-inch fir plywood, grade A-C (exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/ RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 Temporary Project Signage 01 58 13-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 60 00 2 PRODUCT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 The Buy American Preferences under 49 U.S.C. § 50101 require that all steel and 6 manufactured goods used in Airport Improvement Program (AIP)funded projects be 7 produced in the United States. In accepting AIP funding, grant recipients must certify s that all steel or manufactured products used on any portion of the AIP-funded project are 9 produced in the United States and are of 100 percent U.S. materials. 10 11 Under 49 U.S.C. § 50101(b), the FAA has the authority to waive these Buy American 12 Preferences if certain market or product conditions exist. These are: 13 1. Applying the Buy American Preferences would be inconsistent with the public interest; 14 2. The steel or goods produced in the U.S. are not produced in a sufficient and 15 reasonably available amount or are not of a satisfactory quality; 16 3. When the cost of components and subcomponents produced in the U.S. is more 17 than 60 percent of the cost of all components of the facility or equipment procured 18 and final assembly occurs in the United States; or 19 4. Including domestic material will increase the cost of the overall project by more 20 than 25 percent. 21 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. A list of City approved products for use is located on Buzzsaw as follows: 25 1. Resources\02 - Construction Documents\Standard Products List 26 B. Only products specifically included on City's Standard Product List in these Contract 27 Documents shall be allowed for use on the Project. 28 1. Any subsequently approved products will only be allowed for use upon specific - 29 approval by the City. 30 C. Any specific product requirements in the Contract Documents supersede similar 31 products included on the City's Standard Product List. 32 1. The City reserves the right to not allow products to be used for certain projects 33 even though the product is listed on the City's Standard Product List. 34 D. Although a specific product is included on City's Standard Product List, not all products 35 from that manufacturer are approved for use, including but not limited to, that 36 manufacturer's standard product. 37 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 38 Standard Product List. 39 1.5 SUBMITTALS [NOT USED] Product Requirements 01 6000-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 12 Product Requirements 01 6000-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 66 00 ` 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL ;- 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for 33 personnel or equipment to receive the delivery. Product Storage and Handling Requirements 01 6600-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] 41 PART 2 - PRODUCTS [NOT USED] Product Storage and Handling Requirements 01 6600-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] x 5 3.4 ERECTION [NOT USED] Y 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. Tests and Inspections 10 1. Inspect all products or equipment delivered to the site prior to unloading. 11 B. Non-Conforming Work 12 1. Reject all products or equipment that are damaged, used or in any other way 13 unsatisfactory for use on the project. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION 19 A. Protect all products or equipment in accordance with manufacturer's written directions. _ 20 B. Store products or equipment in location to avoid physical damage to items while in 21 storage. 22 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 23 the manufacturer. 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 Product Storage and Handling Requirements 01 6600-3 Federally Funded _ Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - 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 supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation from 16 one location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 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 for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the Site 41 in the normal progress of performing the Work. - 42 b) Stand-by or idle time - 43 c) Lost profits 44 B. Deviations from this City of Fort Worth Standard Specification 45 1. None. _ 46 C. Related Specification Sections include, but are not necessarily limited to: Mobilization and Remobilization 01 7000-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2 2. Division 1 — General Requirements 3 3. FAA General Provisions—Section 105 Mobilization 4 1.2 PRICE AND PAYMENT PROCEDURES 5 A. Measurement and Payment 6 1. Mobilization and Demobilization 7 a. Measurement for this Item shall be per lump sum Mobilization and 8 Demobilization. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for at the unit 12 price per lump sum "Mobilization and Demobilization" in accordance with 13 Section 105 of the FAA General Provisions and the Contract Documents. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS [NOT USED] 17 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 Mobilization and Remobilization 01 7000-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. Construction Staking and Surveying 01 71 23-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 a. Certificate must be sealed by a registered professional land surveyor in the 2 State of Texas. 3 B. Field Quality Control Submittals 4 1. Documentation verifying accuracy of field engineering work. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the Contractor. 10 2. Coordination 11 a. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining Bench Marks furnished 15 by City or its engineer. 16 b. If in the opinion of the City, a sufficient number of Bench Marks or markings 17 have been lost, destroyed or disturbed, by Contractor's neglect, such that the 18 contracted Work cannot take place, then the Contractor will be required to 19 replace them, in-kind, in a safe location. No payment will be allowed for this 20 activity. 21 B. Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which horizontal 27 and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. If any control data needs to be restored or replaced due to damage caused 31 during construction operations. 32 1) The contractor shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the surveyor 37 to perform construction survey and to verify control data, including but not 38 limited to the following: 39 1) Established benchmarks and control points provided for the Contractor's 40 use are accurate 41 2) Benchmarks were used to furnish and maintain all reference lines and 42 grades for tunneling 43 3) Lines and grades were used to establish the location of the pipe Construction Staking and Surveying 01 71 23-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 4) Submit to the City copies of field notes used to establish all lines and grades 2 and allow the City to check guidance system setup prior to beginning each 3 tunneling drive. 4 5) Provide access for the City to verify the guidance system and the line and 5 grade of the carrier pipe on a daily basis. 6 6) The Contractor remains fully responsible for the accuracy of the work and 7 the correction of it, as required. 8 7) Monitor line and grade continuously during construction. 9 8) Record deviation with respect to design line and grade once at each pipe 10 joint and submit daily records to City. 11 9) If the installation does not meet the specified tolerances, immediately notify 12 the City and correct the installation in accordance with the Contract 13 Documents. 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 APPLICATION 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL 26 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 27 City or its engineer in accordance with this Specification. 28 B. Do not change or relocate control data without approval from the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] Construction Staking and Surveying 01 71 23-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 4 Construction Staking and Surveying 01 71 23-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 74 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section T-901 Seeding and T-904-Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. Cleaning 01 74 23-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/ RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. Cleaning 01 7423-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in 38 accordance with Section T-901. 39 2. Sweep roadway, runways, and taxiways to remove all rocks, pieces of asphalt, 40 concrete or any other object that may hinder or disrupt the flow of traffic along the 41 roadway. 42 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 43 junction boxes and inlets. Cleaning 01 7423-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 Cleaning 01 7423-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. FAA General Provisions Section 90-11 Project Closeout 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Guarantees, Bonds and Affidavits 20 1. No application for final payment will be accepted until all guarantees, bonds, 21 certificates, licenses and affidavits required for Work or equipment as specified are 22 satisfactorily filed with the City. 23 B. Release of Liens or Claims 24 1. No application for final payment will be accepted until satisfactory evidence of 25 release of liens has been submitted to the City. 26 1.5 SUBMITTALS 27 A. Submit all required documentation to City's Project Representative. 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 PART 2 - PRODUCTS [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] Closeout Requirements 01 77 19-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 CLOSEOUT PROCEDURE 4 A. Prior to requesting Final Inspection, submit: 5 1. Project Record Documents in accordance with Section 01 78 39 6 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 7 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 8 01 7423. 9 C. Final Inspection 10 1. After final cleaning, provide notice to the City Project Representative that the Work 11 is completed. 12 a. The City will make an initial Final Inspection with the Contractor present. 13 b. Upon completion of this inspection, the City will notify the Contractor, in writing 14 within 10 business days, of any particulars in which this inspection reveals that 15 the Work is defective or incomplete. 16 2. Upon receiving written notice from the City, immediately undertake the Work 17 required to remedy deficiencies and complete the Work to the satisfaction of the 18 City. 19 3. Upon completion of Work associated with the items listed in the City's written 20 notice, inform the City, that the required Work has been completed. Upon receipt 21 of this notice, the City, in the presence of the Contractor, will make a subsequent 22 Final Inspection of the project. 23 4. Provide all special accessories required to place each item of equipment in full 24 operation. These special accessory items include, but are not limited to: 25 a. Specified spare parts 26 b. Adequate oil and grease as required for the first lubrication of the equipment 27 c. Initial fill up of all chemical tanks and fuel tanks 28 d. Light bulbs 29 e. Fuses 30 f. Vault keys 31 g. Handwheels 32 h. Other expendable items as required for initial start-up and operation of all 33 equipment 34 D. Notice of Project Completion 35 1. Once the City Project Representative finds the Work subsequent to Final Inspection 36 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 37 E. Supporting Documentation 38 1. Coordinate with the City Project Representative to complete the following additional 39 forms: 40 a. Final Payment Request 41 b. Statement of Contract Time 42 c. Affidavit of Payment and Release of Liens 43 d. Consent of Surety to Final Payment 44 e. Pipe Report(if required) Closeout Requirements 01 77 19-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 f. Contractor's Evaluation of City 2 g. Performance Evaluation of Contractor 3 F. Letter of Final Acceptance 4 1. Upon review and acceptance of Notice of Project Completion and Supporting 5 Documentation, in accordance with General Conditions, City will issue Letter of 6 Final Acceptance and release the Final Payment Request for payment. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] ` 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 Closeout Requirements 01 77 19-3 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 22 City's Project Representative. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Accuracy of Records 28 1. Thoroughly coordinate changes within the Record Documents, making adequate 29 and proper entries on each page of Specifications and each sheet of Drawings and 30 other Documents where such entry is required to show the change properly. 31 2. Accuracy of records shall be such that future search for items shown in the 32 Contract Documents may rely reasonably on information obtained from the 33 approved Project Record Documents. 34 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 35 information that the change has occurred. Project Record Documents 01 7839-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 4. Provide factual information regarding all aspects of the Work, both concealed and 2 visible, to enable future modification of the Work to proceed without lengthy and 3 expensive site measurement, investigation and examination. 4 1.10 STORAGE AND HANDLING 5 A. Storage and Handling Requirements 6 1. Maintain the job set of Record Documents completely protected from deterioration 7 and from loss and damage until completion of the Work and transfer of all recorded 8 data to the final Project Record Documents. 9 2. In the event of loss of recorded data, use means necessary to again secure the 10 data to the City's approval. 11 a. In such case, provide replacements to the standards originally required by the 12 Contract Documents. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 RECORD DOCUMENTS 18 A. Job set 19 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 20 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 21 B. Final Record Documents 22 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 23 the City 1 complete set of all Final Record Drawings in the Contract. 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 [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 MAINTENANCE DOCUMENTS 31 A. Maintenance of Job Set 32 1. Immediately upon receipt of the job set, identify each of the Documents with the 33 title, "RECORD DOCUMENTS - JOB SET". 34 2. Preservation Project Record Documents 01 7839-2 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX I a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 4. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly 10 mark any deviations from Contract Documents associated with installation of the 11 infrastructu reMa king entries on Drawings 12 a. Record any deviations from Contract Documents. 13 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 14 change by graphic line and note as required. 15 c. Date all entries. 16 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 17 e. In the event of overlapping changes, use different colors for the overlapping 18 changes. 19 5. Conversion of schematic layouts 20 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 21 ducts, and similar items, are shown schematically and are not intended to 22 portray precise physical layout. 23 1) Final physical arrangement is determined by the Contractor, subject to the 24 City's approval. 25 2) However, design of future modifications of the facility may require accurate 26 information as to the final physical layout of items which are shown only 27 schematically on the Drawings. 28 b. Show on the job set of Record Drawings, by dimension accurate to within 1 29 inch, the centerline of each run of items. 30 1) Final physical arrangement is determined by the Contractor, subject to the 31 City's approval. 32 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 33 ceiling plenum", "exposed", and the like). 34 3) Make all identification sufficiently descriptive that it may be related reliably 35 to the Specifications. 36 c. The City may waive the requirements for conversion of schematic layouts 37 where, in the City's judgment, conversion serves no useful purpose. However, 38 do not rely upon waivers being issued except as specifically issued in writing by 39 the City. 40 B. Final Project Record Documents 41 1. Transfer of data to Drawings 42 a. Carefully transfer change data shown on the job set of Record Drawings to the 43 corresponding final documents, coordinating the changes as required. 44 b. Clearly indicate at each affected detail and other Drawing a full description of 45 changes made during construction, and the actual location of items. 46 c. Call attention to each entry by drawing a "cloud" around the area or areas 47 affected. 48 d. Make changes neatly, consistently and with the proper media to assure 49 longevity and clear reproduction. Project Record Documents 01 7839-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 1 2. Transfer of data to other Documents 2 a. If the Documents, other than Drawings, have been kept clean during progress 3 of the Work, and if entries thereon have been orderly to the approval of the City, 4 the job set of those Documents, other than Drawings, will be accepted as final 5 Record Documents. 6 b. If any such Document is not so approved by the City, secure a new copy of that 7 Document from the City at the City's usual charge for reproduction and 8 handling, and carefully transfer the change data to the new copy to the approval 9 of the City. 10 3.5 REPAIR/ RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 22 Project Record Documents 01 7839-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX MCP-1 ACCESS TO RECORDS AND REPORTS (Reference: 2 CFR§ 200.326, 2 CFR § 200.333) The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific - contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. MCP-2 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION (Reference: 41 CFR part 60-4, Executive Order 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables A. Goals for minority participation for each trade (18.2%) B. Goals for female participation in each trade (6.9%) These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor is also subject to the goals for both federally funded and non- federally funded construction regardless of the percentage of federal participation in funding. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs (OFCCP), within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar Mandatory Contract Provisions MCP-1 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" means the geographical area described in the solicitation from which the Contract results. MCP-3 BREACH OF CONTRACT TERMS (Reference 2 CFR § 200 Appendix II(A)) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. MCP-4 BUY AMERICAN CERTIFICATION (Reference: 49 USC § 50101) The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification included in the Bid Form. As a condition of bid responsiveness, Bidder must indicate on the Buy American certification whether it intends to meet Buy American requirements buy only installing 100% United States made steel and manufactured products or if they intend to request a permissible waiver to Buy America. A successful Bidder that requests a waiver must submit a formal waiver request and associated component cost calculation within the timeframe indicated on Buy America certification. Bidder is hereby advised that Owner approval of the requested waiver is contingent upon approval by the FAA. MCP-5 GENERAL CIVIL RIGHTS PROVISIONS (Reference: 49 USC § 47123) The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: Mandatory Contract Provisions MCP-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. MCP-6 CIVIL RIGHTS—TITLE VI ASSURANCES Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: Mandatory Contract Provisions MCP-3 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Mandatory Contract Provisions MCP-4 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). MCP-7 CLEAN AIR AND WATER POLLUTION CONTROL(Reference: 49 CFR § 18.36(i)(12)) Note, when the DOT adopts 2 CFR 200, this reference will change to 2 CFR § 200 Appendix II(G)) Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. MCP-8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (Reference: 2 CFR § 200 Appendix II (E)) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Mandatory Contract Provisions MCP-5 Federally Funded Issued for Construction Extensions for RWY 16R,161.,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. MCP-9 COPELAND "ANTI-KICKBACK" ACT(Reference: 2 CFR §200 Appendix II(D), 29 CFR parts 3 & 5) The United States Department of Labor Wage and Hours Division oversees the Copeland "Anti- Kickback" Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. MCP-10 DAVIS-BACON REQUIREMENTS (Reference: 2 CFR § 200 Appendix II(D)) 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Mandatory Contract Provisions MCP-6 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time _ actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. ` 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. Mandatory Contract Provisions MCP-7 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or(C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing Mandatory Contract Provisions MCP-8 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http-llwww.do%gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by - all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR§ 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. Mandatory Contract Provisions MCP-9 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and Mandatory Contract Provisions MCP-10 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. Mandatory Contract Provisions MCP-11 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Mandatory Contract Provisions MCP-12 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX General Decision Number: TX150035 01 /02/2015 TX35 Superseded General Decision Number: TX20140035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10. 10 for 2015 that applies to all contracts subject to the Davis- Bacon Act for which the solicitation is issued on or after January 1 , 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10. 10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 * SUTX2011 -007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures) . . . . . . . . . . . . . . . . . . . . . .$ 14. 12 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 13. 16 Structures. . . . . . . . . . . . . . . . . .$ 13.84 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 12.69 Flagger. . . . . . . . . . . . . . . . . . . . .$ 10.06 Mandatory Contract Provisions MCP-13 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Laborer, Common. . . . . . . . . . . . .$ 10.72 Laborer, Utility. . . . . . . . . . . .$ 12.32 Pipelayer. . . . . . . . . . . . . . . . . . .$ 13.24 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11 .68 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 15.32 Asphalt Paving Machine. . . . . .$ 13.99 Broom or Sweeper. . . . . . . . . . . .$ 11 .74 Concrete Pavement Finishing Machine. . . . . . . . . . .$ 16.05 Concrete Saw. . . . . . . . . . . . . . . .$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less. . . . . . . .$ 17.27 Crane Operator, Lattice Boom over 80 Tons. . . . . . . . . . .$ 20.52 Crane, Hydraulic 80 Tons or Less. . . . . . . . . . . . . . . . . . . . .$ 18. 12 Crawler Tractor. . . . . . . . . . . . .$ 14.07 Excavator, 50,000 pounds or less. . . . . . . . . . . . . . . . . . . . .$ 17.19 Excavator, over 50,000 pounds. . . . . . . . . . . . . . . . . . . . . .$ 16.99 Foundation Drill , Truck Mounted. . . . . . . . . . . . . . . . . . . . .$ 21 .07 Foundation Drill, Crawler Mounted. . . . . . . . . . . . . . . . . . . . .$ 17.99 Front End Loader 3 CY or Less. . . . . . . . . . . . . . . . . . . . . . . .$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe. . . . . . . . . . . . . .$ 15. 18 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.68 Milling Machine. . . . . . . . . . . . .$ 14.32 Motor Grader, Fine Grade. . . .$ 17.19 Motor Grader, Rough. . . . . . . . .$ 16.02 Pavement Marking Machine. . . .$ 13.63 Reclaimer/Pulverizer. . . . . . . .$ 11 .01 Roller, Asphalt. . . . . . . . . . . . .$ 13.08 Roller, Other. . . . . . . . . . . . . . .$ 11 .51 Scraper. . . . . . . . . . . . . . . . . . . . .$ 12.96 Small Slipform Machine. . . . . .$ 15.96 Spreader Box. . . . . . . . . . . . . . . .$ 14.73 Servicer. . . . . . . . . . . . . . . . . . . . . . . . .$ 14.58 Steel Worker (Reinforcing) . . . . . . .$ 16.18 Mandatory Contract Provisions MCP-14 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.24 Off Road Hauler. . . . . . . . . . . . .$ 12.25 Single Axle. . . . . . . . . . . . . . . . .$ 12.31 Single or Tandem Axle Dump Truck. . . . . . . . . . . . . . . . . . . . . . .$ 12.62 Tandem Axle Tractor with Semi Trailer. . . . . . . . . . . . . . . .$ 12.86 Transit-Mix. . . . . . . . . . . . . . . . .$ 14. 14 WELDER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 14.84 - -- - - - - - -- -- - - -- - - - - - -- - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - -- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Mandatory Contract Provisions MCP-15 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX General Decision Number: TX150322 03/06/2015 TX322 Superseded General Decision Number: TX2O14O322 State: Texas Construction Type: Building County: Tarrant County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10. 10 for 2015 that applies to all contracts subject to the Davis- Bacon Act for which the solicitation is issued on or after January 1 , 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10. 10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 1 01 /30/2015 2 03/06/2015 ASBEOO21 -011 05/01 /2013 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation) . . . .$ 21 .52 7. 15 - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - BOIL0074-003 01 /01 /2014 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . .$ 23. 14 21 .55 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Mandatory Contract Provisions MCP-16 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX CARP1421 -002 04/01 /2014 Rates Fringes MILLWRIGHT. . . . . . . . . . . . . . . . . . . . . . .$ 25.30 8.30 ELEVOO21 -006 01 /01 /2015 Rates Fringes ELEVATOR MECHANIC. . . . . . . . . . . . . . . .$ 37.33 28.385 FOOTNOTES: a - A. 6% under 5 years based on regular hourly rate for all hours worked. 8% over 5 years based on regular hourly rate for all hours worked. New Year' s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Veterans Day. ENGIO178-005 06/01 /2014 Rates Fringes POWER EQUIPMENT OPERATOR (1 ) Tower Crane. . . . . . . . . . . . .$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . .$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . .$ 27.50 10.60 IRONO263-005 12/01 /2013 Rates Fringes IRONWORKER (ORNAMENTAL AND STRUCTURAL) . . . . . . . . . . . . . . . . . . . . . .$ 22.70 5.35 PAINOO53-004 04/01 /2014 Rates Fringes PAINTER (Brush, Roller, and Spray (Excludes Drywall Finishing/Taping) ) . . . . . . . . . . . . . . .$ 16.40 5.45 _ Mandatory Contract Provisions MCP-17 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - PLUM0146-003 05/01 /2014 Rates Fringes PIPEFITTER (Excludes HVAC Pipe Installation) . . . . . . . . . . . . . . .$ 27.88 7.90 - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - * SUTX2014-048 07/21 /2014 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 20.66 0.00 CARPENTER, Excludes Drywall Hanging, Form Work, and Metal Stud Installation. . . . . . . . . . . . . . . .$ 15.47 1 .82 CEMENT MASON/CONCRETE FINISHER. . .$ 13.44 0.00 DRYWALL FINISHER/TAPER. . . . . . . . . . .$ 16.24 3.94 DRYWALL HANGER AND METAL STUD INSTALLER. . . . . . . . . . . . . . . . . . . . . . . .$ 16.20 3.40 ELECTRICIAN (Alarm Installation Only) . . . . . . . . . . . . . . .$ 18.00 0.38 ELECTRICIAN (Low Voltage Wiring Only) . . . . . . . . . . . . . . . . . . . . .$ 14.88 2.15 ELECTRICIAN (Sound and Communication Systems Only) . . . . . .$ 17.79 2.41 ELECTRICIAN, Excludes Low Voltage Wiring and Installation of Alarms/Sound and Communication Systems. . . . . . . .$ 20.59 3.98 FORM WORKER. . . . . . . . . . . . . . . . . . . . . .$ 12.35 0.00 GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 16.61 2.96 HVAC MECHANIC (HVAC Unit Installation Only) . . . . . . . . . . . . . . .$ 22.39 7. 10 INSTALLER - SIDING (METAL/ALUMINUM/VINYL) . . . . . . . . . . .$ 15.77 0.00 Mandatory Contract Provisions MCP-18 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX IRONWORKER, REINFORCING. . . . . . . . . .$ 12. 19 0.00 LABORER: Common or General. . . . . .$ 11 .30 0.00 LABORER: Mason Tender - Brick. . .$ 10.50 0.00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 10.81 0.00 LABORER: Pipelayer. . . . . . . . . . . . . .$ 13.00 0.35 LABORER: Roof Tearoff. . . . . . . . . . .$ 11 .28 0.00 - LABORER: Landscape and Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 10.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . .$ 13.09 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 13.93 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1 .31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 17.60 0.50 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14.20 0.00 OPERATOR: Grader/Blade. . . . . . . . . .$ 12.95 0.00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 12.89 1 . 19 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 18.44 0.00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 15.04 0.00 PIPEFITTER (HVAC Pipe Installation Only) . . . . . . . . . . . . . . .$ 21 .28 4.45 PLASTERER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.30 0.00 PLUMBER, Excludes HVAC Pipe Installation. . . . . . . . . . . . . . . . . . . . .$ 22.10 4. 17 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 15.70 0.58 Mandatory Contract Provisions MCP-19 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . .$ 21 .54 5.59 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . .$ 18.63 0.65 SPRINKLER FITTER (Fire Sprinklers) . . . . . . . . . . . . . . . . . . . . . .$ 19.27 3.68 TILE FINISHER. . . . . . . . . . . . . . . . . . . .$ 11 .22 0.00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 12.00 0.00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12.39 1 . 18 TRUCK DRIVER: Flatbed Truck. . . . .$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12.50 0.00 TRUCK DRIVER: Water Truck. . . . . . .$ 12.00 4. 11 - - - - - -- - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------------- ---------------------------------------------------------------------- Mandatory Contract Provisions MCP-20 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX General Decision Number: TX150322 03/06/2015 TX322 Superseded General Decision Number: TX20140322 i State: Texas Construction Type: Building County: Tarrant County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Executive Order (ED) 13658 establishes an hourly minimum wage of $10. 10 for 2015 that applies to all contracts subject to the Davis Bacon Act for which the solicitation is issued on or after January 1 , 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10. 10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 1 01 /30/2015 2 03/06/2015 ASBE0021 -011 05/01 /2013 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation) . . . .$ 21 .52 7. 15 BOIL0074-003 01 /01 /2014 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . .$ 23. 14 21 .55 Mandatory Contract Provisions MCP-21 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX CARP1421 -002 04/01 /2014 Rates Fringes MILLWRIGHT. . . . . . . . . . . . . . . . . . . . . . .$ 25.30 8.30 - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ELEV0021 -006 01 /01 /2015 Rates Fringes ELEVATOR MECHANIC. . . . . . . . . . . . . . . .$ 37.33 28.385 FOOTNOTES: a - A. 6% under 5 years based on regular hourly rate for all hours worked. 8% over 5 years based on regular hourly rate for all hours worked. New Year' s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Veterans Day. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - ENGIO178-005 06/01 /2014 Rates Fringes POWER EQUIPMENT OPERATOR (1 ) Tower Crane. . . . . . . . . . . . .$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . .$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . .$ 27.50 10.60 - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - IRON0263-005 12/01 /2013 Rates Fringes IRONWORKER (ORNAMENTAL AND STRUCTURAL) . . . . . . . . . . . . . . . . . . . . . .$ 22.70 5.35 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - PAIN0053-004 04/01 /2014 Rates Fringes PAINTER (Brush, Roller, and Spray (Excludes Drywall Finishing/Taping) ) . . . . . . . . . . . . . . .$ 16.40 5.45 Mandatory Contract Provisions MCP-22 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX - - --- - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - PLUM0146-003 05/01 /2014 Rates Fringes PIPEFITTER (Excludes HVAC Pipe Installation) . . . . . . . . . . . . . . .$ 27.88 7.90 * SUTX2O14-048 07/21 /2014 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 20.66 0.00 CARPENTER, Excludes Drywall Hanging, Form Work, and Metal Stud Installation. . . . . . . . . . . . . . . .$ 15.47 1 .82 CEMENT MASON/CONCRETE FINISHER. . .$ 13.44 0.00 DRYWALL FINISHER/TAPER. . . . . . . . . . .$ 16.24 3.94 DRYWALL HANGER AND METAL STUD INSTALLER. . . . . . . . . . . . . . . . . . . . . . . .$ 16.20 3.40 ELECTRICIAN (Alarm Installation Only) . . . . . . . . . . . . . . .$ 18.00 0.38 ELECTRICIAN (Low Voltage Wiring Only) . . . . . . . . . . . . . . . . . . . . .$ 14.88 2. 15 ELECTRICIAN (Sound and Communication Systems Only) . . . . . .$ 17.79 2.41 ELECTRICIAN, Excludes Low Voltage Wiring and Installation of Alarms/Sound and Communication Systems. . . . . . . .$ 20.59 3.98 FORM WORKER. . . . . . . . . . . . . . . . . . . . . .$ 12.35 0.00 GLAZIER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 16.61 2.96 HVAC MECHANIC (HVAC Unit Installation Only) . . . . . . . . . . . . . . .$ 22.39 7. 10 INSTALLER - SIDING (METAL/ALUMINUM/VINYL) . . . . . . . . . . .$ 15.77 0.00 Mandatory Contract Provisions MCP-23 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX IRONWORKER, REINFORCING. . . . . . . . . .$ 12. 19 0.00 LABORER: Common or General. . . . . .$ 11 .30 0.00 LABORER: Mason Tender - Brick. . .$ 10.50 0.00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 10.81 0.00 LABORER: Pipelayer. . . . . . . . . . . . . .$ 13.00 0.35 LABORER: Roof Tearoff. . . . . . . . . . .$ 11 .28 0.00 LABORER: Landscape and Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 10.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . .$ 13.09 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 13.93 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1 .31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 17.60 0.50 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14.20 0.00 OPERATOR: Grader/Blade. . . . . . . . . .$ 12.95 0.00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 12.89 1 . 19 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 18.44 0.00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 15.04 0.00 PIPEFITTER (HVAC Pipe Installation Only) . . . . . . . . . . . . . . .$ 21 .28 4.45 PLASTERER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.30 0.00 PLUMBER, Excludes HVAC Pipe Installation. . . . . . . . . . . . . . . . . . . . .$ 22. 10 4. 17 Mandatory Contract Provisions MCP-24 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 15.70 0.58 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . .$ 21 .54 5.59 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . .$ 18.63 0.65 SPRINKLER FITTER (Fire Sprinklers) . . . . . . . . . . . . . . . . . . . . . .$ 19.27 3.68 TILE FINISHER. . . . . . . . . . . . . . . . . . . .$ 11 .22 0.00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 12.00 0.00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12.39 1 . 18 TRUCK DRIVER: Flatbed Truck. . . . .$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12.50 0.00 TRUCK DRIVER: Water Truck. . . . . . .$ 12.00 4. 11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1 ) (ii) ) . - - - - - - - - -- - - - - - - - - - - - - - - - -- - - - - - - - - - - - - ---- - - - - - - - - - - - - - - - - - - - - - - - - - -- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Mandatory Contract Provisions MCP-25 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01 /2014 is the effective date of the most current negotiated rate, which in this example is July 1 , 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non- union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Class ification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. -------- ------------ --------- ------------------------------ ----------- Mandatory Contract Provisions MCP-26 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Mandatory Contract Provisions MCP-27 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX MCP-11 DEBARMENT AND SUSPENSION (NON-PROCUREMENT) (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. MCP-12 DISADVANTAGED BUSINESS ENTERPRISE (Reference: 49 CFR part 26) Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29)- The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the City of Fort Worth. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Fort Worth. This clause applies to both DBE and non-DBE subcontractors. Mandatory Contract Provisions MCP-28 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX MCP-13 ENERGY CONSERVATION REQUIREMENTS (Reference 2 CFR § 200 Appendix II(H)) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Public Law 94-163). MCP-14 EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS (Reference 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246) EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Mandatory Contract Provisions MCP-29 Federally Funded :. Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black(all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. Mandatory Contract Provisions MCP-30 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. Mandatory Contract Provisions MCP-31 _ Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and Mandatory Contract Provisions MCP-32 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX - employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. Mandatory Contract Provisions MCP-33 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). MCP-15 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC § 201, et seq.) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and,effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with Enforcement Responsibilities Federal Fair Labor Standards Act (29 USC U.S. Department of Labor—Wage and Hour 201) Division Mandatory Contract Provisions MCP-34 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX MCP-16 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (Reference: 49 CFR part 20, Appendix A) The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. MCP-17 CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Mandatory Contract Provisions MCP-35 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX MCP-18 OCCUPATIONAL SAFETY AND HEALTH ACT OF107O (Reference 20CFR part 1910) All contracts and subcontracts that result from this solicitation incorporate the fnUnvvng provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain toa referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with Enforcement Responsibilities Occupational Safety and Health Act of 1970 U.S. Department of Labor—Occupational (20 CFR Part 1910) Safety and Health Administration MCP-19 RIGHT TO INVENTIONS (Reference 2CFR § 200 Appendix ||/F)> All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract iaexecuted. N1CP-20 TERMINATION OF CONTRACT (Reference 2CFR820U Appendix ||/B>) a. The Sponsor nnay, by written notioo, terminate this contract in vvhn|a or in port at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice aen/ioeo must be immediately discontinued (unless the notice directs othomviea) and all materials as may have been accumulated in performing this contract, whether completed orin progress, delivered to the Sponsor. b. If the termination is for the convenience of the Gponoor, an equitable adjustment in the contract price will be made, but no amount will be a>|ovvad for anticipated profit on unperformed services. o. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. |n such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. |f' after notice of termination for failure to fulfill contract ob>iQaUnns, it is determined that the contractor had not on fai|ed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2of this clause. o. The rights and remedies of the sponsor provided in this o|ouee are in addition to any other rights and remedies provided by law or under this contract. MCP-21 TRADE RESTRICTION (Rafenenno: 4QC}FR part 30) The contractor or oubcontnactor, by submission of an offer and/or execution of o oontnaot, certifies that it: Mandatory Contract Provisions moP-36 Federally Funded Issued for Construction Extensions for mwv1on. 1oL.and TwYx August 4,2015 Alliance Airport,Fort Worth,TX a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. MCP-22 TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order 3902.10) In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. Mandatory Contract Provisions MCP-37 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. MCP-23 VETERAN'S PREFERENCE (Reference: 49 USC § 47112(c)) In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Mandatory Contract Provisions MCP-38 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 Award. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 Calendar day. Every day shown on the calendar. 10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. FAA General Provisions GP-1 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract. 10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering observation of the contract work and acting directly or through an authorized representative. 10-21 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 Extra work. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-24 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. FAA General Provisions GP-2 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 Inspector. An authorized representative of the Engineer assigned to make all necessary observations and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. - 10-27 Intention of terms. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or 'quality assurance laboratory." 10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, - markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 Materials. Any substance specified for use in the construction of the contract work. 10-32 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-33 Owner. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." _ 10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. FAA General Provisions GP-3 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 Proposal. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 Subgrade. The soil that forms the pavement foundation. 10-47 Superintendent. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or(2)work that is not within the scope of the originally awarded contract. 10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. FAA General Provisions GP-4 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 FAA General Provisions GP-5 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (This Page Intentionally Left Blank) FAA General Provisions GP-6 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (NOTICE TO BIDDERS). The owner, or his/her authorized agent, shall publish the advertisement at such places and at such times as are required by local law or ordinances. The published advertisement shall state the time and place for submitting sealed proposals; a description of the proposed work; instructions to bidders as to obtaining proposal forms, plans, and specifications; proposal guaranty required; and the Owner's right to reject any and all bids, or any portion thereof. 20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 Contents of proposal forms. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. FAA General Provisions GP-7 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. FAA General Provisions GP-8 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic FAA General Provisions GP-9 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20- 04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 FAA General Provisions GP-10 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully _ executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The FAA General Provisions GP-11 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 FAA General Provisions GP-12 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 40 SCOPE OF WORK 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-03 Omitted items. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90- 04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, _ FAA General Provisions GP-13 Federally Funded - Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. 40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to FAA General Provisions GP-14 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, - b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract - price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent FAA General Provisions GP-15 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner END OF SECTION 40 FAA General Provisions GP-16 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 50 CONTROL OF WORK 50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. FAA General Provisions GP-17 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. Special Provisions are included within the Project Manual and should be referenced as binding modifications to the General Provisions. 50-04 Cooperation of Contractor. The Contractor will be supplied with two copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. FAA General Provisions GP-18 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): AutoCAD or MicroStation. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot(30-m)stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot(15-m)stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway— minimum five (5) per station b. Taxiways— minimum three (3) per station c. Holding apron areas— minimum three (3) per station FAA General Provisions GP-19 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX d. Roadways— minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum)for the following section locations: a. Runway— minimum five (5) per station b. Taxiways—minimum three (3) per station c. Holding apron areas—minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot(7.5-m) stations for the following section locations: (1) Runways—each paving lane width (2) Taxiways—each paving lane width (3) Holding areas—each paving lane width c. After finish paving operations at 50-foot(15-m) stations: (1)All paved areas— Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot(15-m) offsets. e. Fence lines at 100-foot(30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot(7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). Ii. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet(120 m) per pass(that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. FAA General Provisions GP-20 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX - 50-07 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of FAA General Provisions GP-21 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending FAA General Provisions GP-22 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 FAA General Provisions GP-23 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (This Page Intentionally Left Blank) FAA General Provisions GP-24 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX r SECTION 60 CONTROL OF MATERIALS 60-01 Source of supply and quality requirements. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is _ cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The airport lighting equipment is included in the Bid Tab and is to be furnished by the Contractor in accordance with the requirements of this subsection: AC 150/5345-53, Airport Lighting Equipment Certification Program current edition. 60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during FAA General Provisions GP-25 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by"brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. FAA General Provisions GP-26 Federally Funded Issued for Construction Extensions for RWY 16R,161.,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer's field office. An Engineer's field office is not required. 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner- furnished materials shall be made available to the Contractor at the location specified. FAA General Provisions GP-27 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner- furnished materials. END OF SECTION 60 FAA General Provisions GP-28 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Federal Aviation Administration POC: Angela Danner, Systems Support Center Coordinator Phone: (817) 321-7200 City of Fort Worth POC: Ruseena Johnson, Phone: (817) 392-5400 National Weather Service POC: Lewis Harrington, Regional Systems Specialist Phone: (682) 703-3743 Alliance Airport POC: Christian Childs, Airport Manager Phone: (817) 837-4921 FAA General Provisions GP-29 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Oncor Electric Delivery POC: Ralph Schroeder, P.E. Phone: (817) 988-8904 Atmos Energy POC: John Crane Phone: (817) 201-2831 Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. FAA General Provisions GP-30 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, _ and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. _ The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open-flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including r new work. The Contractor shall be responsible for all damage resulting from the use of explosives. FAA General Provisions GP-31 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m)from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party FAA General Provisions GP-32 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing"' of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Portion of Work Required Date Phase 1- Runway 16R Extension RW 16R Temporary Threshold Pavement Markings September 16, 2015 New ALSF Equipment Building December 31, 2015 RW 16R Temporary Pavement Markings(Ultimate Location) August 30, 2016 RW 16R Open Full Length December 31, 2016 Phase 2- Runway 16L Extension RW 16L Glideslope Equipment Shelter August 12, 2017 RW 16L Temporary Pavement Markings, Lighting, and NAVAIDs September 12, 2017 RW 16L Open Full Length October 31, 2017 Phase 3—Taxiway A, Perimeter Road, and Eagle Parkway December 31, 2017 Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. FAA General Provisions GP-33 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 70-14 Contractor's responsibility for work. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: Federal Aviation Administration POC: Angela Danner, Systems Support Center Coordinator Phone: (817) 321-7200 City of Fort Worth POC: Ruseena Johnson, Phone: (817) 392-5407 National Weather Service POC: Lewis Harrington, Regional Systems Specialist Phone: (682) 703-3743 Alliance Airport POC: Christian Childs, Airport Manager Phone: (817) 837-4921 FAA General Provisions GP-34 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Oncor Electric Delivery POC: Ralph Schroeder, P.E. Phone: (817) 988-8904 Atmos Energy POC: John Crane Phone: (817) 201-2831 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to t reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the FAA General Provisions GP-35 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 FAA General Provisions GP-36 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 80 PROSECUTION AND PROGRESS 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-02 Notice to proceed. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting FAA General Provisions GP-37 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: See the Phasing Sheets in the Plan set. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor FAA General Provisions GP-38 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for FAA General Provisions GP-39 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 Determination and extension of contract time. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears FAA General Provisions GP-40 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. FAA General Provisions GP-41 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Schedule Liquidated Damages Allowed Construction Time Cost Phase 1 $6,000 per calendar day 487 Calendar Days from Notice (Runway 16R Extension) over contract time to Proceed for Phase 1 Phase 2 $6,000 per calendar day 791 Calendar Days from Notice (Runway 16L Extension) over contract time to Proceed for Phase 1 Phase 3 $6,000 per calendar day 852 Calendar Days from Notice (Taxiway A, Perimeter over contract time to Proceed for Phase 1 Road, and Eagle Parkway) 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or L For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, FAA General Provisions GP-42 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (ACA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum of 500 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 FAA General Provisions GP-43 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (This Page Intentionally Left Blank) FAA General Provisions GP-44 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 90 MEASUREMENT AND PAYMENT 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from FAA General Provisions GP-45 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight(km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. FAA General Provisions GP-46 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight)will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1%. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. FAA General Provisions GP-47 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance 95 percent of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. FAA General Provisions GP-48 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind)to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for FAA General Provisions GP-49 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under FAA General Provisions GP-50 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within 7 days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: FAA General Provisions GP-51 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g.When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. I. All required record drawings, as-built drawings or as-constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 FAA General Provisions GP-52 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX -- SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $250,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 Description of program. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to FAA General Provisions GP-53 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at the pre-construction conference. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a FAA General Provisions GP-54 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the - following requirements: (1) Professional Engineer with one (1)year of airport paving experience. (2) Engineer-in-training with two (2)years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. FAA General Provisions GP-55 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that FAA General Provisions GP-56 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number(for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO)test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility(for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not _ necessarily limited to, the following records: FAA General Provisions GP-57 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1)Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5)Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the FAA General Provisions GP-58 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 _ FAA General Provisions GP-59 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (This Page Intentionally Left Blank) FAA General Provisions GP-60 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 105 MOBILIZATION 105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law' in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment. Based upon the mobilization specification included in the project specifications. END OF SECTION 105 FAA General Provisions GP-61 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX (This Page Intentionally Left Blank) FAA General Provisions GP-62 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 General. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X= (XI + X2+ X3+ . . .xn)/n Where: X = Sample average of all sublot values within a lot X1, x2= Individual sublot values FAA General Provisions GP-63 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: S.= [(d12 + d22 + d32+ . . .d„2)/(n-1)]12 Where: S, = Sample standard deviation of the number of sublot values in the set d1, d2 = Deviations of the individual sublot values x1, x2, ... from the average value X that is: d1 = (x1 -X), d2 = (x2-X) ... dn = (Xn -X) n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL= (X- L)/S„ Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double-sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL= (X- L)/S„ and Qu = (U -X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper(U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu+ PL) - 100 Where:PL = percent within lower specification limit Pu = percent within upper specification limit FAA General Provisions GP-64 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n =4 2. Calculate average density for the lot. X = (X1 + X2 + X3 + . . .Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35)/4 X= 97.95% density 3. Calculate the standard deviation for the lot. Sn = [((96.60- 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2))/(4- 1)]12 Sn = [(1.82 + 0.16 + 1.82 + 0.16)/3]12 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X-L)/Sn QL = (97.95 - 96.30)/ 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n=4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 FAA General Provisions GP-65 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX 2. Calculate the average air voids for the lot. X = (x1 + X2 + X3 . . .n)/ n X = (5.00 + 3.74 + 2.30 + 3.25)/4 X = 3.57% 3. Calculate the standard deviation Sn for the lot. Sn _ [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2)/(4- 1)]"2 Sn = [(2.04 + 0.03 + 1.62 + 0.10)/3]12 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X- L)/S„ QL = (3.57 -2.00)/ 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu = (U -X)/Sn Qu = (5.00 - 3.57)/ 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n =4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu)- 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 FAA General Provisions GP-66 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If(measurement- average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if(99.30- 97.95)/ 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If(average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if(97.95- 96.60)/ 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% OR less than (97.95- 1.463 x 1.15) = 96.27%. FAA General Provisions GP-67 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Table 1.Table for Estimating Percent of Lot Within Limits(PWL) Percent Within Positive Values of Q(QL and Qo) Limits (PL and Po) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 13 40D 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 FAA General Provisions GP-68 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX Percent Within Negative Values of Q(QL and QU) Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 (PL and PU) 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636, -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -6:1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 1 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 1 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 1 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 1 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 1 -1.4829 -1.4914 5 -1.1405 1 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 1 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313= -1.6454 3 -1.1496 1 -1.4100 1 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 END OF SECTION 110 END OF GENERAL PROVISIONS FAA General Provisions GP-69 Federally Funded Issued for Construction Extensions for RWY 16R, 16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX t" i f (This Page Intentionally Left Blank) FAA General Provisions GP-70 Federally Funded Issued for Construction Extensions for RWY 16R,16L,and TWY A August 4,2015 Alliance Airport,Fort Worth,TX M&C Review Pagel of 3 Official site of the City of Fort Worth,Texas ITV COUNCIL �4 �tItT� t7ITt1 COUNCIL ACTION: Approved on 814/2015 DATE: 8/4/2015 REFERENCE NO.: C-27409 LOG NAME: 55AFW RWY EXT & TWY A (00960) CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Three-Phase Contract with The Lane Construction Corporation, in an Amount Up to $61,920,040.43 for Construction of Runway Extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport and Provide Authorization to Proceed with Phase I of the Agreement in the Amount of$35,011,359.01 Consistent with Current Appropriations, Subsequent Phases Subject to Application for and Acceptance of, if Awarded, Additional Grant Funds (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a three-phase contract with The Lane Construction Corporation, in an amount up to $61,920,040.43 for construction of runway extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport and provide authorization to proceed with Phase I of the Agreement in the amount of$35,011,359.01, consistent with current appropriations. DISCUSSION: In 2001, the City of Fort Worth (City) received its first grant from the Federal Aviation Administration (FAA) to begin the Runway Extension Program (Program) at Fort Worth Alliance Airport (Alliance). Over the years, work for the Program has been completed on individual projects as funding has become available through the FAA. These projects have included land acquisition, utility relocation and earthwork as well as the relocation of both Farm-to-Market Road 156 and Burlington Northern Santa Fe (BNSF) Mainline Rail, which run just north of the airport's runways. The work completed to date has been in preparation for the extension of Runways 16L/34R and 16R/34L, as well as Taxiway Alpha to 11,000 feet, which will begin this fall. Upon completion, the estimated cost for the Program will be in the amount of$250,500,000.00. The extension will provide a platform for cargo-laden aircraft to conduct international flight operations from Alliance to destinations around the world. As a result, Federal Express and future cargo operators, based at Alliance, will have the opportunity to serve a global market that will not only enhance potential revenue for the City, but will also promote the future development of the Fort Worth Airport System. On March 27, 2001, (M&C C-18528) the City Council approved an Agreement with Carter and Burgess, Inc., now Jacobs Engineering Group Inc. (Jacobs), for phased program management, design services and other required activities to prepare for construction of runway extensions for Runway 16L/34R, Runway 16R/34L and Taxiway Alpha at Fort Worth Alliance Airport. Services have been performed in multiple phases under individual agreements as grant funding has become available. To date, the total design and construction management costs for the extension of the runways is the amount of$4,819,897.75 The Program is a multi-phased capital project. The major work to be completed under Phase I will consist of earthwork to bring the areas that were previously FM 156 and BNSF Railroad up to airport grade, allowing for the extension of Runway 16R/34L and to complete the airfield electrical infrastructure. Phase II will consist of some remaining earthwork, the extension of Runway 16L/34R and most of the navigational aids. Phase III will extend Taxiway Alpha, relocate a portion of Eagle Parkway and the perimeter road on the airport. http://apps.cfwnet.org/council_packet/mc review.asp?ID=21294&councildate=8/4/2015 8/25/2015 M&C Review Page 2 of 3 Phase I is fully funded using previously appropriated FAA grant funds. Phases II and III are incorporated into the recommended construction contract, although there is insufficient funding at this time to complete these phases. Construction of Phases II and III will not commence until the City receives grant funds from the FAA sufficient to fund each respective phase. The City anticipates funding in an amount up to $20,000,000.00 in years 2016 and 2017 to complete Phases II and III. In the event no funds are received from the FAA, or insufficient funds are appropriated and budgeted or are otherwise unavailable, the City may terminate this contract except to the portions for which funds have been appropriated. Phase I Construction 11$35,011,359.01 1Phase II Construction $16,027,753.98 Phase III Construction $10,880,927.44 Total All Phases $61,920,040.43 The project was advertised for bid in the Fort Worth Star-Telegram on May 28, 2015 and June 4, 2015. On July 9, 2015, the following bids were received: Bidder Base Bid The Lane Construction Corporation $61,920,040.43 Mario Sinacola and Sons $65,721,628.65 ustn Bridge & Road $84,862,303.90 Time of completion: Phase 1, 487 calendar days after the date when the contract time commences. Phase II, if awarded, 791 calendar days after the date when the contract time commences. Phase III, if awarded, 852 calendar days after the date when contract time commences. Upon approval of this Mayor and Council Communication, appropriations for the Program at Alliance will consist of the following: Design Agreement, Jacobs Engineering Group, Inc, $4,819,897.75 (Encumbered) Construction Agreement Phase 1, The Lane Construction $35,011,359.01 Corporation Total Project Appropriations $39,831,256.76 Funding for runway extension design, construction and other project costs are as follows: AIRPORT GRANTS EXISTING ENCUMBRANCES/ REMAINING FUND APPROPRIATION EXPENDITURES BALANCE Alliance Runway Extension Project $76,504,019.00 $32,622,826.75 $43,881,192.25 (multiple grants) Staff recommends that a contract be awarded to The Lane Construction Corporation, for this work. FAA grant funds will be used for this project. Existing land credits will be used for the City's 10 percent in-kind match. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=21294&councildate=8/4/2015 8/25/2015 M&C Review Page 3 of 3 M/WBE OFFICE—The Lane Construction Corporation, is in compliance with the City's DBE program by committing to 23 percent DBE participation on this project. The City's DBE goal on this project is 23 percent. Alliance Airport is located in COUNCIL DISTRICT 7, Mapsco 48P. FISCAL INFORMATION/CERTIFICATION: The Fiscal Year 2015 budget included appropriations in the amount of$76,504,019.00 in the Airport Grants Fund for runway improvements. As of July 16, 2015, the amount of$32,622,826.75 has been expended leaving a balance amount of$43,881,192.25 of appropriations that have not been expended. Upon approval of this recommendation, the Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund.. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 5XXXXX 055218603800 $4,640,615.36 GR14 5XXXXX 055218541800 $7.665,506.00 GR14 5XXXXX 055218517800 $2,169,009.85 GR14 5XXXXX 055218451800 $3,817,873.61 GR14 5XXXXX 055218339800 $1,234,486.93 GR14 5XXXXX 055218634800 $7.214,174.73 GR14 5XXXXX 055218702800 $8,269,692.53 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Bill Welstead (5402) Additional Information Contact: Anne-Marie Stowe (5415) James Burris (5403) ATTACHMENTS Alliance RW.pdf http://apps.cfwnet.org/council 8/25/2015