Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 53040
CITY SECRETARY r 3 D" O CONTRACT NO. _.;:,2,JJ..J._~''""~-- ORTH Sewer Main Extensions, Replacements & Relocations Contract 2019 City Project No. 102196 r , ! . '. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH PR03ECT MANUAL FOR '--UHF CONSTRUCTION OF Sewer Tin Extensions, Replacements & Relocations Contract 2019 City Project No, 102196 Betsy Price David Cooke Mayor City Manager Chris Harder, P.B. Director, Water Department CITY OF FORT WORTH,TTEX4S WA-TJER 1EF- 11YE NT SEWER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2019 APPROVED City Project No. 102196 Chris Harder, P.E. DIRECTOR WATER DEPARTMENT 2019 CIIRIS HARDER, P.E., DIRECTOR, WATER DEPARTMENT { APPROVED TONYSHOLOLA, P.E., ENGINEERING MANAGER, WAT-RDEPARTMENT I UC01111LIENDED DATE City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 004540 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this project; hard copies are included in the Projects Contract Documents Division 02 - Existing Conditions 0241 14 Utility Removal/Abandonment Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 17 23 Pavement Markings 3231 13 Crain Fences and Gates 32 3126 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33 - Utilities 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 s Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City"s Buzzsaw site at: htps://projectpoi nt.buzzsaw.com/client/fortworthgoy/Resources/02%o20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 02 41 15 Paving Removal Division 03 — Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 — Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Division 32. - Exterior Improvements 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Treated Soil Stabilizer 32 1216 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1725 Curb Address Painting 32 32 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 3305 24 Installation -of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 3331 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 3331 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised February 2, 2016 00 00 00 - 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 3341 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 3349 10 Cast -in -Place Manholes and .function Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A — Controller Cabinet 3441 10.02 Attachment B. — Controller Specification 3441 10.03 Attachment C — Software Specification 3441 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Page 4of5 MSERR2019 City Project Number 102196 City of Fort Worth, Texas Mayor and council Communication DATE: 09/17/19 M&C FILE NUMBER: M&C 19-0162 LOG NAME: 6OSSERRRCON2019-CIRCLEC SUBJECT Authorize Execution of a Contract with William J. Schultz, Inc., dba Circle C Construction Company, in the Amount of $1,000,000.00. for Sanitary Sewer Main Extensions, Replacements and Relocations Contract 2019, Provide for Project Costs and Contingencies for a Project Amount of $1,300,000.00 and Adopt Appropriation Ordinance (ALL COUNCIL. DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund from available funds in the amount of $1,300,000.00; and 2. Authorize execution of a contract with William J. Schultz, Inc., dba Circle C Construction Company, in the amount of $1,000,000.00, for Sanitary Sewer Main Extensions, Replacements and Relocations Contract 2019, with up to two renewals. (City Project No. 102196) DISCUSSION: The work to be performed under this contract consists of extending, replacing and/or relocating sewer mains, service fines, and other pertinent construction required to upgrade existing sanitary sewer infrastructure or as required to provide sewer service to individual customers or developers. While funding for this project comes from the Water and Sewer Capital Projects Fund, the Water Department issues work orders to the Contractor after payment of applicable estimated costs by the Customer and/or Developer. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the project is $1,000,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew (subject to appropriated funding) this contract two times under the same terms, conditions and unit prices. In addition to the contract amount, $300,000.00 is required for project management, real property acquisitions, survey, material testing and inspection. This project will have no impact on the Water department's operating budget when completed. Construction is expected to start November 2019 and be completed when the contract amount is exhausted. MAWE OFFICE -- William J. Schultz, Inc., dba Circle C Construction Company is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Schultz, Inc. dba Circle C Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is six percent. The project is located in ALL COUNCIL DISTRICTS. The appropriation is for funding of the FY2019 CIP. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Fiscal Year 2019 capital budget, as appropriated, of the Water and Sewer Capital Projects Fund. The Fiscal Year 2019 Water and Sewer Operating Fund budget includes appropriations of $35,856,873.00 within the Wastewater Operating Budget for the purpose of providing Pay -As -You -Go funding for Sewer Capital projects. After this transfer for Fiscal Year 2019, the balance will be $12,348,027.00. Appropriations for the Sanitary Sewer Main Extensions, Replacements and Relocations Contract 2019 project are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capita! Projects Fund - $0.00 $1,300,000.00 $1,300,000.00 56002 Project Total f$1,300,000.00 $1,300,000,00 *Numbers rounded for presentation purposes. Submitted for City Managers Office b . Dana Burghdoff 8018 Originating Business Emit Head: Chris Harder 5020 Additional Information Contact: Adolfo Lopez 7829 i ci7 Cif cn CST 0 Cn (n cn f Jl f C n m cn cn { ii 0') (D 0') 0) W 0) 0) 0) w 0) 0? W W a)CF C) a a a a 0 0 a a a CS a O O C5 o0000aooC30000CD CL N N N N N N N N N N N N N N N a 0 0 Co O C) C] O o O o O O C] O � y V y y�� y-4 y y�-4� FD C) Cl C7 CD 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 o a -P -P 4�- -h -P A -P -P 4- 4N. -P 4-,k J, -P -D CA) co w W w W W w w W w w W w w CD CD a a a a 0 o O a a Cl 0 0 0 cn cn cn cn cn (n (n cn cn cn cn cn cn of W w W �J m m W w W w �7 w W (p -1 W — -P M .A. CO a W a a W a a (n a a a aooaaaaaaaC)m wcnwr�a-scnwcn Wocs,wao M a cn — a o o cn a M --1 a 0 a 0 a s C5 n N -1 O C7 C7 O C) 0 0 1 a a a C7 a O n a n C)C) C] C7 CD C) C) N N N N N N N N N N N N N N N V! V! VI l/J m 0')0')m VJ Cl) V! V! V/ () 0) 0 0 0 0 0 0 0 0 0 0 0 0 a C) a 0 a a O CS a o C7 C7 C] C7 o O r W W W W W W W W W W W W W W w w w w m w w w .A -P 41, w W W (n4P- Paaaaa000aoo N N N N N N N N N N N N N N NLa a s C7 a Cl O o 0 o a�/a� O O O O O O !a/'�1 (Y 'a^ gay �la1 0 Co co ♦ah /ate CO coW 0 (CZ w CO fal CO�a1 to CO to I/a� �a1 ./�/Y (O (D C4 ID 1 Cfi fi3 C] $9 a w A ffl O Efl 49 {f) {f3 b9 00 a (o C3 (n a -69 -69 a {E4 a a C n (n [] C� M CD Co Cn o o Cn 0 0 a C] 0 0 00aoCDoaaaaaaaaa 0 0 0 0 0 o a o a o 0 0 0 0 0 . 0 . . . . 0 0 0 . . . . . . . 0 0 a 0 0 0 o O . . . O o 0 0 o a o Co 0 a a a 0 0 a 0 a a rn 0 Ln (Jl m Z7 7a n O N C7 FH n c� f-- m n Q w C3 CD Black, Doug_ From: Lafferty, Scott Sent: Wednesday, November 6, 2019 14:40 To: Black, Doug Cc: Sholola, Tony; Lopez, Adolfo; Hamilton, Lawrence Subject: RE: Sewer Main Extensions, etc. 2019, CPN 102196 Please see below. The project was advertised for bids on June 27, 2019 and July 4, 2019 in the Fort Worth Star Telegram. On July 25, 2019 the following bids were received: Bidders _ Amount William J Schultz, Inc. d/b/a Circle C Construction Company $3,424,202.92 Second Low _ _ $ hird Low _ � $ i 1 $ There were no other bidders for this contract. Thanks, Scott From: Black, Doug Sent: Wednesday, November 06, 2019 2:02 PM To: Lafferty, Scott <Scott.Lafferty@fortworthtexas.gov>; Lopez, Adolfo <Adolfo. Lopez@fo rtwo rthtexas.gov> Cc: Sholola, Tony <Anthony.Sholola@fortworthtexas.gov> Subject: Sewer Main Extensions, etc. 2019, CPN 102196 Importance: High Scott — this one (and one more) is also missing this information in the M&C. The project was advertised for bids on , 2019 and , 2019 in the Fort Worth Star Telegram. On , the following bids were received: Bidders William J Schultz, Inc. d/b/a Circle C Construction Company Second Low ki rd Low f Thanks, Amount M Douglas W Black Senior Assistant City Attorney 200 Texas Street Fort Worth, Texas 76102 817-392-761 S Direct Doug. lack@fortworthtexas.goy City of Fort Worth — Working together to build a strong community. FORT 1' oRn. RECIPIENTS - PLEASE CONTACT ME PRIOR TO FORWARDING MESSAGES DESIGNATED AS ATTORNEY -CLIENT COMMUNICATIONS. This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity to which they are addressed. This communication may contain material protected by the attorney -client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this email in error and that any use, dissemination, forwarding, printing, or copying of this e-mail is strictly prohibited. If you have received this e-mail in error, please immediately notify Doug Black at the City of Fort Worth City Attorney's Office (817) 392-761 S. 00 05 15 - 1 ADDENDA Page IofI 1 SECTION 00 05:15 f 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sewer Main Extensions, Replacements & Relocations 6 Contract 2019, City Project Number 102196 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth I0 Purchasing Division 11 200 Texas Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, July 25, 2019, and bids will be opened publicly and read aloud at 14 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 6" —16" sanitary sewer mains and 18 services. 19 20 OPTION TO RENEW 21 The City has the right to renew this contract for two (2) one-year terms/expenditures of 22 $1,000,000.00 under the same terms, conditions, and unit prices. The City shall give at least sixty 23 (60) days notice prior to the expiration of this contract, determined as one year from the date of 24 execution, or of an option period, or a like notice at such a time as there is less than $10,000.00 25 left unexpended. 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 of 34 Fort Worth's Purchasing Division website at http://www.fortworthciov.org/purchasinci/ and 35 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 36 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 37 suppliers. The contractor is required to fill out and notarize the Certificate of 38 Interested Parties Form 1.295 and the form must be submitted to the Project 39 Manager before the contract will be presented to the City Council. The form can be 40 obtained at https://www.ethics.Aate.tx.us/tec/1295-Infb.htm . 41 42 Copies of the Bidding and Contract Documents may be picked up at: 43 Fort Worth Water Department 44 Design Services Section 45 927 Taylor St. 46 Fort Worth, TX 76102 47 48 There is no cost for the Bidding and Contract Documents. 49 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 23, 2015 001113--2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 INQUIRIES 4 All inquiries relative to this procurement should be addressed to the following: 5 Attn: Adolfo Lopez, City of Fort Worth 6 Email: adolfo.lopez@fortworthtexas.gov 7 Phone:817-392-7829 8 AND/OR 9 10 Attn: Lawrence Hamilton,P.E., City of Fort Worth 11 Email: Ihamilton@fortworthtexas.gov 12 Phone:817-392-7803 13 14 ADVERTISEMENT DATES 15 June 27, 2019 16 July 4, 2019 17 18 END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 23, 2015 002113-1, INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 7 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 10 indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation 13 acting directly through a duly authorized representative, submitting a bid for 14 performing the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding (Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding 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 3I 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. Prequaiification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Water and Sanitary Sewer — Requirements document located at; 41 https://eroiectpoint.buzzsaw.com/fortworthaov/Resources/02%20- 42 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 43 OSan taryO/o20Sewer%20Contractor%20Prequalification%20Program/WSS%20pmg 44 teal%20requ1rements.doc?public 45 46 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 47 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 48 45 11, BIDDERS PREQUALIFICATIONS. 49 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 0021 13 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.1. Submission of and/or questions related to prequalification should be addressed 2 to the City contact as provided in Paragraph 6.1. 4 3.3.The City reserves the right to require any pre -qualified contractor who is the apparent 5 low bidder(s) for a project to submit such additional information as the City, in its sole 6 discretion may require, including but not limited to manpower and equipment records, 7 information about key personnel to be assigned to the project, and construction 8 schedule, to assist the City in evaluating and assessing the ability of the apparent low 9 bidder(s) to deliver a quality product and successfully complete projects for the amount 10 bid within the stipulated time frame. Based upon the City's assessment of the submitted 11 information, a recommendation regarding the award of a contract will be made to the 12 City Council. Failure to submit the additional information, if requested, may be grounds 13 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 14 notified in writing of a recommendation to the City Council. 15 16 3.4.In addition to prequalification, additional requirements for qualification may be required 17 within various sections of the Contract Documents. 18 19 Special qualifications required for this project include the following: The Time of 20 Completion of each individual work order in an essential element of this contract. Each 21 work order issued will have the maximum allowed number of calendar days allowed for 22 the completion of that specific work. 23 3.5. Single or several Work Orders may be issued at one time. The Contractor shall initiate 24 work within seven (7) working days of the date the Work Order is issued to the 25 Contractor, and continue work on the Work Order until it has been completed, not 26 including paving. The Contractor shall furnish and supply sufficient equipment and 27 personnel to complete the Work Order in the amount of time provided for in the Work 28 Order. Should the Contractor fail to start any Work Order within the time specified, he 29 shall add the necessary work crews and equipment to prosecute the work to complete 30 the Work Order or Work Orders in the time provided therefore. Should the contractor 31 fail to complete an individual work order in the given amount of calendar days as 32 specified on each individual work order, liquidated damage charges will be subtracted 33 from the final pay estimate of that particular work order. The estimated amount for each 34 particular work order will be used for determining the amount of damages charged per 35 calendar day of time exceeding the specified amount. 36 37 4. Examination of Bidding and Contract Documents, Other Related Data., and Site 38 39 4.1. Before submitting a Bid, each Bidder shall: 40 41 4.1.1. Examine and carefully study the Contract Documents and other related data 42 identified in the Bidding Documents (including "technical data" referred to in 43 Paragraph 4.2. below). No information given by City or any representative of the 44 City other than that contained in the Contract Documents and officially 45 promulgated addenda thereto, shall be binding upon the City. 46 47 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local 48 and site conditions that may affect cost, progress, performance or furnishing of the 49 Work. 50 51 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 52 progress, performance or furnishing of the Work. 53 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all. (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1,5. Be advised that the Contract Documents on file with the City shall constitute all to of the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the 13 Contract Documents just as though such addenda were actually written into the 14 original Contract Documents. No information given by the City other than that 15 contained in the Contract Documents and officially promulgated addenda thereto, 16 shall be binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other 19 means as may be necessary to gain a complete knowledge of the conditions which 20 will be encountered during the construction of the project. On request, City may 21 provide each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting 27 the cost of doing the Work, time required for its completion, and obtain all 28 information required to make a proposal. Bidders shall rely exclusively and solely 29 upon their own estimates, investigation, research, tests, explorations, and other 30 data which are necessary for full and complete information upon which the 31 proposal is to be based. It is understood that the submission of a proposal is prima- 32 facie evidence that the Bidder has made the investigation, examinations and tests 33 herein required. Claims for additional compensation due to variations between 34 conditions actually encountered in construction and as indicated in the Contract 35 Documents will not be allowed. OR 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The 39 Contractor shall not take advantage of any gross error or omission in the Contract 40 Documents, and the City shall be permitted to make such corrections or 41 interpretations as may be deemed necessary for fulfillment of the intent of the 42 Contract Documents. 43 44 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 45 46 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous 47 to the site which have been utilized by City in preparation of the Contract 48 Documents. The logs of Sol] Borings, if any, on the plans are for general 49 information only. Neither the City nor the Engineer guarantee that the data shown 50 is representative of conditions which actually exist. 51 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or II any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences 17 or procedures of construction (if any) that may be shown or indicated or expressly 18 required by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 S. Availability of Lands for Work, Etc. 32 33 5A.The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are 43 listed in Paragraph SC 4,01 of the Supplementary Conditions. In the event the necessary 44 right-of-way, easements, and/or permits are not obtained, the City reserves the right to 45 cancel the award of contract at any time before the Bidder begins any construction work 46 on the project. 47 48 5.3, The Bidder shall be prepared to commence construction without all executed right-of- 49 way, easements, and/or permits, and shall submit a schedule to the City of how 50 construction will proceed in the other areas of the project that do not require permits 51 and/or easements. 52 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6. Interpretations and Addenda 2 3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m., the Monday prior to the Bid opening. questions 5 received after this day may not be responded to. Interpretations or clarifications 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without legal effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 1000 Throckmorton Street 15 Fort Worth, TX 76102 16 Attn: Adolfo Lopez, Fort Worth Water Dept. 17 Fax: 817-392-2527 18 Email: adolfo.lopez@fortworthtexas.gov 19 Phone:817-392-7829 20 21 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 City. 23 24 6.3.Addenda or clarifications may be posted via Buzzsaw at 25 26 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 31 upon and will not be binding or legally effective. 32 33 7. Bid Security 34 35 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder flails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 42 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 44 other Bidders whom City believes to have a reasonable chance of receiving the award 45 will be retained by City until final contract execution. 46 47 S. Contract Times 48 The number of days within which, or the dates by which, Milestones are to be achieved in 49 accordance with the General Requirements and the Work is to be completed and ready for 50 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 51 attached Bid Form. 52 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6of9 I 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or -Equal" Items 5 The Contract, if awarded, will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or -equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 8 equal` item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor I and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11. Subcontractors, Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12- 17 2011 (as amended), the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts. A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture 22 Form as appropriate. The Forms including documentation must be received by the 23 City no later than 2:00 P.M. CST, on the second business days after the bid opening 24 date. The Bidder shall obtain a receipt from the City as evidence the documentation 25 was received. Failure to comply shall render the bid as non -responsive. 26 27 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 28 or organization against whom Contractor has reasonable objection. 29 30 12. Bid Form 31 32 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 33 obtained from the City. 34 35 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 36 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 37 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 38 price item listed therein. In the case of optional alternatives, the words "No Bid," 39 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 40 written in ink in both words and numerals, for which the Bidder proposes to do the 41 work contemplated or furnish materials required. All prices shall be written legibly. In 42 case of discrepancy between price in written words and the price in written 43 numerals, the price in written words shall govern. 44 45 12.3. Bids by corporations shall be executed in the corporate name by the president or a 46 vice-president or other corporate officer accompanied by evidence of authority to 47 sign. The corporate seal shall be affixed. The corporate address and state of 48 incorporation shall be shown below the signature. 49 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation 8 of the firm and the official address of the firm shall be shown. 9 10 12.6. Bids by individuals shall show the Bidder's name and official address. 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 is 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 18 which shall be filled in on the Bid Form. 19 - 20 12.10. Postal and e-mail addresses and telephone number for communications regarding 21 the Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to 25 State Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at 29 the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to 30 Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked 31 with the City Project Number, Project title, the name and address of Bidder, and 32 accompanied by the Bid security and other required documents. If the Bid is sent through 33 the mail or other delivery system, the sealed envelope shall be enclosed in a separate 34 envelope with the notation "BID ENCLOSED" on the face of it. 35 36 14. Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 39 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 40 must be made in writing by an appropriate document duly executed in the manner 41 that a Bid must be executed and delivered to the place where Bids are to be 42 submitted at any time prior to the opening of Bids. After all Bids not requested for 43 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 44 request has been properly filed may, at the option of the City, be returned 45 unopened. 46 47 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 48 time set for the dosing of Bid receipt. 49 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 C4's sole discretion, release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 14 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder, whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price, contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17J.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers, and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs, maintenance requirements, performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization, work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the 3 best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain 9 a comparable contract in the state in which the nonresident's principal place of 10 business is located. 11 12 17.7. A contract is not awarded until formal City Council .authorization. If the Contract is to 13 be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing. No other act of City or others will constitute 15 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 16 the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 19 20 18. Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance, and all other required documentation. 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised August 21, 2015 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I. of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fork 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 City 9 Work. The referenced forms may be downloaded from the website links provided below. 10 I I ks, 12 13 b, J/www,eth_kS.State.tx.USItbrmStaS.pdf 14 15 [, ] CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 RUIDER. r/44. JS.X .A� Vic. 26 /� 1 27 L arc It if 6"ur lava1ow 4~py ; � 28 Company �— (Please Print) 29 30 �4 Signature- SSA 31 Address 32 /� 33 L�/a. �� �.; 99-f X/etfTitle: /%'i,roofk4" 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project number 102196 Revised March 27, 2012 004100 BED FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c%: The Purchasing Department 200 Texas Street City of Fort Worth, Texas 76102 FOR: Sewer Main Extensions, Replacements & Relocations Contract 2019 City Project No.: 102196 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and In accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1.In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid Insurance certificate meeting alf requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or Indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 0000 43 1300 42 48 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xis M 004100 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work fand/or achievement of Milestones} within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions, c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law pion Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 4512 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the .Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is 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 $ V� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xis 7. Bid Submittal This Bid is submitted on 7.2 9 Respectfulsubmitted, (Signature) (Printed Name) 00 41 00 BID FORM Page 3 of 3 by the entity named below. Receipt is acknowledged of the fallowing Addenda: Initial Addendum No. is S s Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: f �i s i ali +s Company: l� u ��� /�� �rre . �4 Corporate Seal: c Address: State of Incorporation: 7e-',YpS Email: f SI-EA. ®G/rc l e Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201203V 00 41 00_00 43 13_00 42 43_00 43 3700 45 1200 35 13_Bfd Proposal Workbook.xls ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS. SECTION NO. PRICE AMOUNT 1. 0170.0102 100 Fa. Work Order Mobilization 01 70 00 $ $2,500.00 $ $250,000.00 Per Each: Two Thousand Five Hundred Dollars and No Cents 2. 0170.0103 10 Lea. Work Order Emergency Mobilization 017000 $ $3,500.00 $ $35,000.00 Per Each: Three Thousand Five Hundred Dollars and No Cents 3. 3331.5201 75 Lf. 6" PVC Sewer Pipe, 0' to 6' 333120 $ $47.00 $ $3,525.00 Per Linear Foot: Forty Seven Dollars and No Cents 4. 3331.5204 75 Lf. 6" PVC Sewer Pipe, 6' to 8' 333120 $ $49.00 $ $3,675.00 Per Linear Foot: Forty Nine Dollars and No Cents 5. 3331.5207 75 Lf. 6" PVC Sewer Pipe, V to 10' 333120 $ $51.00 $ $3,825.00 Per Linear Foot: Fifty One Dollars and No Cents 6. 3331.5210 50 Lf. 6" PVC Sewer Pipe, 10' to 12' 333120 $ $53.00 $ $2,650.00 Per Linear Foot: Fifty Three Dollars and No Cents 7. 3331.5301 400 Lf. 8" PVC Sewer Pipe, 0'to 6' 333120 $ $50.00 $ $20,000.00 Per Linear Foot: Fifty Dollars and No Cents ? 8. 3331.5304 500 Lf. 8" PVC Sewer Pipe, 6' to 8' 333120 $ $52.00 $ $26,000.00 Per Linear Foot: Fifty Two Dollars and No Cents 9. 3331.5307 500 Lf. 8" PVC Sewer Pipe, 8' to 10' 333120 $ $54.00 $ $27,000.00 Per Linear Foot: Fifty Four Dollars and No Cents B-1 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 10. 3331.5310 300 Lf. 8" PVC Sewer Pipe, 10' to 12' 333120 $ $56.00 $ $16,800.00 Per Linear Foot: Fifty Six Dollars and No Cents 11. 3331.5313 100 Lf. 8" PVC Sewer Pipe, 12' to 14' 333120 $ $62.00 $ $6,200.00 Per Linear Foot: Sixty Two Dollars and No Cents 12. 3331.5316 100 Lf. 8" PVC Sewer Pipe, 14'to 16' 333120 $ $70.00 $ $7,000.00 Per Linear Foot: Seventy Dollars and No Cents 13. 3331.5319 100 Lf. 8" PVC Sewer Pipe, 16' to 18' 333120 $ $89.00 $ $8,900.00 Per Linear Foot: Eighty Nine Dollars and No Cents 14. 3331.5401 100 Lf. 10" PVC Sewer Pipe, 0' to 6' 333120 $ $60.00 $ $6,000.00 Per Linear Foot: Sixty Dollars and No Cents 15. 3331.5404 100 Lf. 10" PVC Sewer Pipe, 6'to 8' 333120 $ $62.00 $ $6,200.00 Per Linear Foot: Sixty Two Dollars and No Cents 16. 3331.5407 100 Lf. 10" PVC Sewer Pipe, 8' to 10' 333120 $ $64.00 $ $6,400.00 Per Linear Foot: Sixty Four Dollars and No Cents 17. 33315410 50 Lf. 10" PVC Sewer Pipe, 10' to 12' 333120 $ $70.00 $ $3,500.00 Per Linear Foot: Seventy Dollars and No Cents 18. 3331.5413 50 Lf. 10" PVC Sewer Pipe, 12' to 14' 333120 $ $75.00 $ $3,750.00 Per Linear Foot: Seventy Five Dollars and No Cents B - 2 ITEM DID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 19. 3331,5416 50 Lf. 10" PVC Sewer Pipe, 14'to 16' 333120 $ $82.00 $ $4,100.00 Per Linear Foot: Eighty Two Dollars and No Cents 20. 3331.5419 50 Lf. 10" PVC Sewer Pipe, 16' to 18' 333120 $ $100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 21. 3331.5504 50 Lf. 12" PVC Sewer Pipe, 6' to 8' 333120 $ $65.00 $ $3,250.00 Per Linear Foot: Sixty Five Dollars and No Cents 22, 3331.5504 50 Lf. 12" PVC Sewer Pipe, 6' to 8' 333120 $ $67.00 $ $3,350.00 Per Linear Foot: Sixty Seven Dollars and No Cents 23. 3331.5507 50 Lf. 12" PVC Sewer Pipe, 8'to 10' 333120 $ $70.00 $ $3,500.00 Per Linear Foot: Seventy Dollars and No Cents 24. 3331.5510 50 Lf. 12" PVC Sewer Pipe, 10' to 12' 333120 $ $75.00 $ $3,750.00 Per Linear Foot: Seventy Five Dollars and No Cents 25. 50 Lf. 12" PVC Sewer Pipe, 12' to 14' 33 31 20 $ $88.00 $ $4,400.00 Per Linear Foot: Eighty Eight Dollars and No Cents 26. 50 Lf. 12" PVC Sewer Pipe, 14' to 16' 333120 $ $95.00 $ $4,750.00 Per Linear Foot: Ninety Five Dollars and No Cents 27. 50 Lf. 12" PVC Sewer Pipe, 16' to 18' 333120 $ $105,00 $ $5,250.00 Per Linear Foot: One Hundred Five Dollars and No Cents B-3 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 28. 3331.5601 50 Lf. 15" PVC Sewer Pipe, O' to 6' 333120 $ $65.00 $ $3,250.00 Per Linear Foot: Sixty Five Dollars and No Cents 29. 3331,5604 50 Lf. 15" PVC Sewer Pipe, 6' to 8' 333120 $ $67.00 $ $3,350.00 Per Linear Foot: Sixty Seven Dollars and No Cents 30. 3331.5607 50 Lf. 15" PVC Sewer Pipe, 8' to 10' 333120 $ $70.00 $ $3,500.00 Per Linear Foot: Seventy Dollars and No Cents 31. 3331.5610 50 Lf. 15" PVC Sewer Pipe, 10' to 12' 333120 $ $75.00 $ $3,750.00 Per linear Foot: Seventy Five Dollars and No Cents 32. 50 Lf. 15" PVC Sewer Pipe, 12' to 14' 333120 $ $82.00 $ $4,100.00 Per Linear Foot: Eighty Two Dollars and No Cents 33. 50 Lf. 15" PVC Sewer Pipe, 14' to 16' 333120 $ $99.00 $ $4,950.00 Per Linear Foot: Ninety Nine Dollars and No Cents 34. 50 Lf. 15" PVC Sewer Pipe, 16' to 18' 33 31 20 $ $115.00 $ $5,750.00 Per Linear Foot: One Hundred Fifteen Dollars and No • Cents 35. 3331.5231 50 Lf. 6" DIP Sewer Pipe, 0' to 6' 33 1110 $ $70.00 $ $3,500.00 Per Linear Foot: Seventy Dollars and No Cents 36. 3331.5234 50 Lf. 6" DIP Sewer Pipe, 6' to 8' 331110 $ $72.00 $ $3,600.00 Per Linear Foot: Seventy Two Dollars and No Cents B-4 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 37. 3331.5237 50 Lf. 6" DIP Sewer Pipe, 8' to 10' 331110 $ $74.00 $ $3,700.00 Per Linear Foot: Seventy Four Dollars and No Cents 38. 3331.5240 50 Lf. 6" DIP Sewer Pipe, 10' to 12' 331110 $ $80.00 $ $4,000.00 Per Linear Foot: Eighty Dollars and No Cents 39. 50 Lf. 6" DIP Sewer Pipe, 12'to 14' 331110 $ $90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents 40. 50 Lf. 6" DIP Sewer Pipe, 14' to 16' 331110 $ $100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents - 41. 50 Lf. 6" DIP Sewer Pipe, 16' to 18' 33 11 10 $ $120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 42. 3331.5331 50 Lf. 8" DIP Sewer Pipe, 0' to 6' 331110 $ $70.00 $ $3,500.00 Per Linear Foot: Seventy Dollars and No Cents _ 43. 3331,5334 50 Lf. 8" DIP Sewer Pipe, 6'to 8' 331110 $ $73.00 $ $3,650.00 Per Linear Foot: - Seventy Three Dollars and No Cents 44. 3331.5337 50 Lf. 8" DIP Sewer Pipe, 8'to 10' 331110 $ $76.00 $ $3,800.00 Per Linear Foot: Seventy Six Dollars and No Cents 45. 3331.5340 50 Lf. 8" DIP Sewer Pipe, 10' to 12' 33 11 10 $ $82.00 $ $4,100.00 Per Linear Foot: Eighty Two Dollars and No Cents B 5 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 46. 3331.5343 50 Lf. 8" DIP Sewer Pipe,12'to 14' 331110 $ $92.00 $ $4,600,00 Per Linear Foot: Ninety Two Dollars and No Cents 47. 3331.5346 50 Lf. 8" DIP Sewer Pipe, 14' to 16' 33 11 10 $ $102,00 $ $5,100.00 Per Linear Foot: One Hundred Two Dollars and No Cents 48. 33315349 50 Lf. 8" DIP Sewer Pipe, 16'to 18' 331110 $ $120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 49. 3331.5431 50 Lf. 10" DIP Sewer, O'to 6' 331110 $ $75.00 $ $3,750,00 Per Linear Foot: Seventy Five Dollars and No Cents 50. 3331.5434 50 Lf. 10" DIP Sewer, 6'to 8' 331110 $ $78.00 $ $3,900.00 Per Linear Foot: Seventy Eight Dollars and No Cents 51. 3331.5437 50 Lf. 10" DIP Sewer, 8'to 10' 33 1110 $ $82.00 $ $4,100.00 Per Linear Foot. - Eighty Two Dollars and No Cents 52. 3331.5440 50 Lf. 10" DIP Sewer,10'to 12' 331110 $ $90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents 53. 3331.5444 50 Lf. 10" DIP Sewer, 12'to 14' 331110 $ $99.00 $ $4,950.00 Per Linear Foot: . Ninety Nine Dollars and No Cents 54. 3331.5446 50 Lf. 10" DIP Sewer, 14' to 16' 331110 $ $110.00 $ $5,500,00 Per Linear Foot: One Hundred Ten Dollars and No Cents B-6 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 55. 3331.5449 50 Lf. 10" DIP Sewer, 16' to 18' 331110 $ $120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 56. 3331.5531 50 Lf. 12" DIP Sewer, 0' to 6' 331110 $ $78.00 $ $3,900.00 Per Linear Foot: Seventy Eight Dollars and No Cents 57. 3331,5534 50 Lf. 12" DIP Sewer, 6' to 8' 33 11 10 $ $80.00 $ $4,000.00 Per Linear Foot: Eighty Dollars and No Cents 58. 3331.5537 50 Lf. 12" DIP Sewer, 8'to 10' 33 11 10 $ $85.00 $ $4,250.00 Per Linear Foot: Eighty Five Dollars and No Cents 59. 3331,5540 50 Lf. 12" DIP Sewer, 10'to 12' 331110 $ $90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents 60. 50 Lf. 12" DIP Sewer, 12'to 14' 331110 $ $95.00 $ $4,750.00 Per Linear Foot: Ninety Five Dollars and No Cents 61. 50 Lf. 12" DIP Sewer, 14'to 16' 331110 $ $115.00 $ $5,750.00 Per Linear Foot: One Hundred Fifteen Dollars and No - Cents ' 62. 50 Lf. 12" DIP Sewer, -16' to 18' 331110 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 63. 3331,5731 50 Lf. 16" DIP Sewer, D'to 6' 331110 $ $85.00 $ $4,250.00 Per Linear Foot: Eighty Five Dollars and No Cents B-7 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO, ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 64: 3331,5734 50 Lf. 16" DIP Sewer, 6' to 8' 331110 $ $88.00 $ $4,400.00 Per Linear Foot: Eighty Eight Dollars and No Cents 65, 3331.5737 50 Lf. 16" DIP Sewer, 8' to 10' 33 11 10 $ $93.00 $ $4,650.00 Per Linear Foot: Ninety Three Dollars and No Cents 66. 3331.5740 50 Lf. 16" DIP Sewer, 10'to 12' 331110 $ $100,00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 67, 50 Lf. 16" DIP Sewer, 12' to 14' 33 11 10 $ $110,00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 68. 50 Lf. 16" DIP Sewer, 14' to 16' 33 11 10 $ $12-0.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 69. 50 Lf. 16" DIP Sewer, 16'to 18' 331110 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 6" PVC Sewer Pipe, 0' to 6', CLSM 70. 3331.5807 50 Lf. Backfill 333120 $ $80.00 $ $4,000.00 ` Per Linear Foot: Eighty Dollars and No Cents 6" PVC Sewer Pipe, 6' to 8' , CLSM 71. 3331.5808 50 Lf. Backfill 33 3120 $ $85.00 $ $4,250.00 Per Linear Foot: Eighty Five Dollars and No Cents B-8 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 6" PVC Sewer Pipe, V to 10' , CLSM 72. 3331.5809 50 Lf. Backfill 333120 $ $96.00 $ $4,800.00 Per Linear Foot: Ninety Six Dollars and No Cents 6" PVC Sewer Pipe, 10' to 12' , CLSM 73. 33315810 50 Lf. Backfill 333120 $ $98m $ $4,900.00 Per Linear Foot: Ninety Eight Dollars and No Cents I 6" PVC Sewer Pipe, 12' to 14' , CLSM 74. 50 Lf, Backfill 333120 $ $110.00 $ $5,500.00 _I Per Linear Foot: One Hundred Ten Dollars and No Cents 6" PVC Sewer Pipe, 14' to 16' , CLSM 75. 50 Lf. Backfill 333120 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No 1 Cents 6" PVC Sewer Pipe, 16' to 18' , CLSM 76. 50 Lf. Backfill 333120 $ $140.00 $ $7,000.00 Per Linear Foot: i One Hundred Forty Dollars and No Cents 8" PVC Sewer Pipe, 0' to 6', CLSM 77. 3331,5815 50 Lf. Backfill 333120 $ $88.00 $ $4,400.00 Per Linear Foot: Eighty Eight Dollars and No Cents 8" PVC Sewer Pipe, 6' to 8', CLSM 78. 3331.5816 50 Lf. Backfill 333120 $ $92.00 $ $4,600.00 Per Linear Foot: Ninety Two Dollars and No Cents 8" PVC Sewer Pipe, 8' to 10' , CLSM 79. 3331.5817 50 Lf. Backfill 333120 $ $100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents B-9 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 8" PVC Sewer Pipe, 10' to 12' , CLSM 80. 3331.5818 50 Lf. Backfill 333120 $ $110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 8" PVC Sewer Pipe, 12' to 14' , CLSM 81. 3331.5819 50 Lf. Backfili 333120 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 8" PVC Sewer Pipe, 14' to 16' , CLSM 82. 3331.5820 50 Lf. Backfill 33 31 20 $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 8" PVC Sewer Pipe, 16' to 18' , CLSM 83. 3331.5821 50 Lf. Backfill 333120 $ $150.00 $ $7,500.00 Per Linear Foot: One hundred Fifty Dollars and No Cents 10" PVC Sewer Pipe, 0' to 6' , CLSM 84. 3331.5830 50 Lf. Backfill 333120 $ $92.00 $ $4,600.00 Per Linear Foot: - Ninety Two Dollars and No Cents 10" PVC Sewer Pipe, 6' to 8', CLSM 85, 3331.5831 50 Lf. Backfill 333120 $ $95.00 $ $4,750.00 Per Linear Foot: Ninety Five Dollars and No Cents 10" PVC Sewer Pipe, 8' to 10', CLSM 86. 3331.5832 50 Lf. Backfill 333120 $ $100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 10" PVC Sewer Pipe, 10' to 12' , CLSM 87. 3331.5833 50 Lf. Backfill 33 3120 $ $110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents B-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 10" PVC Sewer Pipe, 12' to 14' , CLSM 88. 3331.5834 50 Lf. Backfill 333120 $ $120.00 $ $6,000,00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 10" PVC Sewer Pipe, 14' to 16' , CLSM 89. 3331.5835 50 Lf. Backfill 333120 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 10" PVC Sewer Pipe, 16' to 18' , CLSM 90. 3331.5836 50 Lf. Backfill 33 31 20 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 12" PVC Sewer Pipe, 0' to 6' , CLSM 91, 3331.5845 50 Lf. Backfill 333120 $ $100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 12" PVC Sewer Pipe, 6' to 8' , CLSM - 92. 3331.5846 50 Lf. Backfill 333120 $ $105.00 $ $5,250.00 Per Linear Foot: One Hundred Five Dollars and No Cents 12" PVC Sewer Pipe, 8' to 10', CLSM 93. 3331.5847 50 Lf. Backfill 333120 $ $110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 12" PVC Sewer Pipe, 10, to 12', CLSM 94. 3331,5848 50 Lf. Backfill 33 31 20 $ $120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 12" PVC Sewer Pipe, 12'to 14', CLSM 95. 50 Lf. Rackfill 333120 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 12" PVC Sewer Pipe, 14' to 16' , CLSM 96. 50 Lf. Backfill 333120 $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 12" PVC Sewer Pipe, 16'to 18' , CLSM 97, 50 Lf. Backfill 333120 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 15" PVC Sewer Pipe, 0' to 6' , CLSM 98. 3331.5853 50 Lf. Backfill 333120 $ $105.00 $ $5,250.00 Per Linear Foot: One Hundred Five Dollars and No Cents 15" PVC Sewer Pipe, 6' to 8' , CLSM 99. 3331.5854 50 Lf. Backfill 333120 $ $110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 15" PVC Sewer Pipe, 8' to 10' , CLSM 100. 3331.5855 50 Lf. Backfill 333120 $ $120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 15" PVC Sewer Pipe, 10' to 12', CLSM 101. 3331.5856 50 Lf. Backfill 333120 $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No ' Cents . 15" PVC Sewer Pipe, 12' to 14' , CLSM 102. 50 Lf. Backfill 333120 $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 15" PVC Sewer Pipe, 14' to 16' , CLSM 103. 50 Lf. Backfill 33 31. 20 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred ri€ty Dollars and No Cents B-12 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 15" PVC Sewer Pipe, 16' to 18' , CLSM 104. 50 Lf. Backfill 333120 $ $160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 6" DIP Sewer Pipe, 0' to 6', CLSM 105. 3331.5811 50 Lf. Backfill $ $125.00 $ $6,250.00 Per Linear Foot: ' One Hundred Twenty Five Dollars and No Cents 6" DIP Sewer Pipe, 6' to 8' , CLSM 106. 3331.5812 50 Lf. Backfill $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 6" DIP Sewer Pipe, 8' to 10', CLSM 107. 3331.5813 50 Lf. Backfill $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 6" DIP Sewer Pipe, 10'to 12' , CLSM 108. 33315814 50 Lf. Backfill $ $150.00 $ $7,500A0 Per Linear Foot: One Hundred Fifty Dollars and No Cents 6" DIP Sewer Pipe, 12' to 14' , CLSM 109. 50 Lf. Backfill $ $160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No " Cents 6" DIP Sewer Pipe, 14'to 16' , CLSM 110. 50 Lf. Backfill $ $170,00 $ $8,500.00 Per Linear Foot: One Hundred Seventy Dollars and No Cents 6" DIP Sewer Pipe, 16'to 18', CLSM " 111. 50 Lf. Backfill $ $180.00 $ $9,000.00 Per Linear Foot: One Hundred Eighty Dollars and No Cents ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 8" DIP Sewer Pipe, 0'to 6' , CLSM 112. 3331.5822 50 Lf. Backfill $ $130.00 $ $6,500.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 8" DIP Sewer Pipe, 6to 8', CLSM 113. 3331.5823 SO Lf. Backfill $ $135.00 $ $6,750.00 Per Linear Foot. - One Hundred Thirty Five Dollars and No Cents 8" DIP Sewer Pipe, 8'to 10', CLSM 114. 33315824 50 Lf. Backfill $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 8" DIP Sewer Pipe, 10' to 12' , CLSM 11S. 3331.5825 50 Lf. Backfill $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 8" DIP Sewer Pipe, 12' to 14' , CLSM 116. 3331.5826 50 Lf. Backfill $ $160,00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 8" DIP Sewer Pipe, 14' to 16' , CLSM 117. 3331.5827 50 Lf. Backfill $ $170.00 $ $8,500.00 Per Linear Foot: One Hundred Seventy Dollars and No Cents 8" DIP Sewer Pipe, 16' to 18' , CLSM 118. 3331.5828 50 Lf. Backfill $ $180.00 $ $9,000.00 Per Linear Foot: One Hundred Eighty Dollars and No Cents 119. 3331.5837 50 Lf. 10" DIP Sewer, 0'to 6', CLSM Backfill $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents B-14 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 120. 3331,5838 50 Lf. 10" DIP Sewer, 6' to 8' , CLSM Backfill $ $145,00 $ $7,250.00 Per Linear Foot: One Hundred Forty Five Dollars and No Cents 121. 3331.5839 50 Lf. 10" DIP Sewer, 8'to 10', CLSNL Backfill Per Linear Foot: One Hundred Fifty Five Dollars and No Cents 122. 3331.5840 50 Lf. 10" DIP Sewer, 10' to 12', CLSM Backfill Per Linear Foot: One Hundred Sixty Five Dollars and No Cents 123. 3331.5841 50 Lf. 10" DIP Sewer, 12' to 14' , CLSM Backfiii Per Linear Foot: One Hundred Seventy Five Dollars and No Cents 124. 3331.5842 50 Lf. 10" DIP Sewer, 14' to 16' , CLSM Backfill Per Linear Foot: One Hundred Eighty Five Dollars and No Cents 125. 3331.5843 50 Lf. 10" DIP Sewer, 16to 18', CLSM Backfill Per Linear Foot: One Hundred Ninety Five Dollars and No Cents 126. 3331.5849 50 Lf. 12" DIP Sewer, 0' to 6' , CLSM Backfill Per Linear Foot: One Hundred Forty Five Dollars and No Cents 127. 3331.5850 50 Lf. 12" DIP Sewer, 6' to 8' , CLSM Backfill Per Linear Foot: One Hundred Fifty Dollars and No Cents $ $155.00 $ $7,750.00 $ $165.00 $ $6,250.00 $ $175.00 $ $8,750.00 $ $185.00 $ $9,250.00 $ $195.00 $ $9,750.00 $ $145.00 $ $7,250.00 $ $150.00 $ $7,500.00 B-15 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 128. 3331,5851 50 Lf. 12" DIP Sewer, 8' to 10' , CLSM Backfill $ $160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 129. 3331.5852 50 Lf. 12" DIP Sewer, 10' to 12', CLSM Backfill Per Linear Foot: One Hundred Seventy Dollars and No Cents 130. 50 Lf. 12" DIP Sewer, 12' to 14' , CLSM Backfill Per Linear Foot: One Hundred Eighty Dollars and No Cents 131. 50 Lf. 12" DIP Sewer, 14' to 16' , CLSM Backfill Per Linear Foot: One Hundred Ninety Dollars and No Cents 132. 50 Lf. 12" DIP Sewer, 16'to 18', CLSM Backfill Per Linear Foot: Two Hundred Dollars and No Cents 133. 3331.5857 50 Lf. 16" DIP Sewer, 0' to 6' , CLSM Backfill Per Linear Foot: One Hundred Forty Dollars and No Cents 134. 3331.5858 50 Lf. 16" DIP Sewer, 6' to 8' , CLSM Backfill Per Linear Foot: One Hundred Fifty Dollars and No Cents 135. 3331.5859 50 Lf. 16" DIP Sewer, 8'to 10', CLSM Backfill Per Linear Foot: One Hundred Fifty Five Dollars and No Cents $ $170.00 $ $8,500.00 $ $180.00 $ $9,000.00 $ $190.00 $ $9,500.00 $ $200.00 $ $10,000.00 $ $140.00 $ $7,000.00 $ $150.00 $ $7,500.00 $ $155.00 $ $7,750.00 B-16 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. - PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 136. 3331.5860 50 Lf. 16" DIP Sewer, 10' to 12' , CLSM Backfill $ $165.00 $ $8,250.00 Per Linear Foot: One Hundred Sixty Five Dollars and No Cents 137, 50 Lf. 16" DIP Sewer, 12' to 14' , CLSM Backfill Per Linear Foot: One Hundred Seventy Five Dollars and No Cents 138. 50 Lf. 16" DIP Sewer, 14' to 16', CLSM Backfill Per Linear Foot: One Hundred Eighty Five Dollars and No Cents 139 140. 3305.3001 141. 3305.3002 142. 3305.3003 143. 3305.3004 50 Lf. 16" DIP Sewer, 16'to 18', CLSM Backfill Per Linear Foot: One Hundred Ninety Five Dollars and No Cents 50 Lf. 6" D.I. Sewer Carrier Pipe Per Linear Foot: One Hundred Dollars and No Cents 50 Lf. 8" D.I. Sewer Carrier Pipe Per Linear Foot: One Hundred Ten Dollars and No Cents 50 Lf. 10" D.I. Sewer Carrier Pipe Per Linear Foot: One Hundred Twenty Dollars and No Cents 50 Lf. 12" D.I. Sewer Carrier Pipe Per Linear Foot: One Hundred Thirty Dollars and No Cents $ $175.00 $ $8,750.00 $ $185.00 $ $9,250.00 $ $195.00 $ $9,750.00 33 05 24 1 $100.00 $ $5,000.00 33 05 24 $ $110.00 $ $5,500.00 33 05 24 $ $120.00 $ $6,000.00 33 05 24 $ $130.00 $ $6,500.00 B-17 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 144. 3305.3006 50 Lf. 16" D.I. Sewer Carrier Pipe 33 05 24 $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 145. 3305.1001 50 LC 12" Casing By Open Cut 33 05 22 $ $160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 146. 3305.1002 50 Lf. 16" Casing By Open Cut 33 05 22 $ $175.00 $ $8,750.00 Per Linear Foot: One Hundred Seventy Five Dollars and No Cents 147. 3305.1003 50 Lf. 20" Casing By Open Cut 33 05 22 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 148. 3305.1004 50 Lf. 24" Casing By Open Cut 33 05 22 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 144. 3305.1005 50 Lf. 30" Casing By Open Cut 33 05 22 $ $250.00 $ $12,500.00 Per Linear Foot: Two Hundred Fifty Dollars and No Cents 150. 3305.1101 50 Lf. 12" Casing By Other Than Open Cut 33 05 22 $ $500.00 $ $25,000.00 Per Linear Foot: Five Hundred Dollars and No Cents 151. 3305.1102 50 Lf. 16" Casing By Other Than Open Cut 33 05 22 $ $550.00 $ $27,500.00 Per Linear Foot: Five Hundred Fifty Dollars and No Cents 152. 3305.1003 50 Lf. 20" Casing By Other Than Open Cut 33 05 22 $ $600.00 $ $30,000,00 Per Linear Foot: Six Hundred Dollars and No Cents B-18 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 153. 3305.1104 50 Lf. 24" Casing By Other Than Open Cut 33 05 22 $ $650.00 $ $32,500.00 Per Linear Foot: Six Hundred Fifty Dollars and No Cents 154. 3305.1105 50 Lf. 30" Casing By Other Than Open Cut 33 05 22 $ $650.00 $ $32,500.00 Per Linear Foot: 1 Six Hundred Fifty Dollars and No Cents I ' 155. 50 Lf. Bore & Jack 8" D.I. Sewer Pipe $ $500.00 $ $25,000.00 t Per Linear Foot: I Five Hundred Dollars and No Cents I 156. 50 Lf. Bore &Jack 10" D.I. Sewer Pipe $ $550.00 $ $27,500.00 Per Linear Foot: Five Hundred Fifty Dollars and No Cents 157. 50 Lf. Bore &Jack 12" D.I. Sewer Pipe $ $600.00 $ $30,000,00 Per Linear Foot: Six Hundred Dollars and No Cents -158. 50 Lf. Bore & Jack 16" D.I. Sewer Pipe $ $650.00 $ $32,500.00 Per Linear Foot: Six Hundred Fifty Dollars and No Cents 159. 0330.0001 50 Lf. Concrete Encase Sewer Pipe 03 30 00 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 160. 3301.0001 1000 Lf. Pre -CCTV Inspection 330131 $ $8.00 $ $8,000.00 Per Linear Foot: ' Eight Dollars and No Cents 161. 3301.0002 1000 Lf. Post --CCTV Inspection 330131 $ $5.00 $ $5,000.00 Per Linear Foot: Five Dollars and No Cents B-19 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 162. 3305.0109 200 Lf. Trench Safety 33 05 10 $ $3.00 $ $600.00 Per Linear Foot: Three Dollars and No Cents Exploratory Excavation of Existing 163. 3305.0103 5 Ea. Utilities (0'-5') 33 05 30 $ $1,500.00 $ $7,500.00 Per Each: One Thousand Five Hundred Dollars and No Cents Exploratory Excavation of Existing 164. 3305.0103 5 Ea. Utilities (5'-10') 33 05 30 $ $2,000.00 $ $10,000.00 Per Each: Two Thousand Dollars and No Cents Exploratory Excavation of Existing 165. 3305.0103 5 Ea. Utilities (10'--20') 33 05 30 $ $3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents 166. 3339.1001 30 Ea. 4' Dia. Manhole (0'-6' Depth) 33 3910, 33 39 20-$ $5,000.00 $ $150,000.00 Per Each: Five Thousand Dollars and No Cents 167. 3339.1003 10 Vf. 4' pia. Manhole Extra Depth 33 39 10, 33 39 20 $ $200.00 $ $2,000.00 Per Vertical Foot: Two Hundred Dollars and No Cents 168. 3339.1002 20 Ea. 4' Dia. Drop Manhole (0'-6' Depth) 33 3910, 33 39 20 $ $6,000.00 $ $120,000.00 Per Each: Six Thousand Dollars and No Cents 169. 10 Vf. 4',Dia. Drop Manhole Extra Depth 33 39 10, 33 39 20-$ $300,00 $ $3,000.00 Per Vertical Foot: Three Hundred Dollars and No Cents B-20 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 170. 3339.1004 20 Ea. 4' Dia. Shallow Cone Section Manhole 33 39 10, 33 39 20 $ $5,000.00 $ $100,000.00 Per Each: Five Thousand Dollars and No Cents 171, 3339.1005 5 Ea. 4' pia. Type A Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ $6,000.00 $ $30,000.00 Per Each: Six Thousand Dollars and No Cents 172. 5 Vf. 4' Dia. Type A Manhole Extra Depth $ $300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents 173. 3339,1006 5 Ea. 4' Dia. Fiberglass Manhole (0'-6' Depth) 33 39 30 $ $5,000.00 $ $25,000.00 Per Each: Five Thousand Dollars and No Cents 174. 5 Vf. 4' Dia. Fiberglass Manhole Extra Depth $ $200.00 $ $1,000.00 Per Vertical Foot: Two Hundred Dollars and No Cents 4' Dia. Fiberglass Drop Manhole (0'-6' 175. 3339J007 5 Ea. Depth) 33 39 30 $ $6,000.00 $ $30,000.00 Per Each: Six Thousand Dollars and No Cents 4' Dia. Fiberglass Drop Manhole Extra 176, 5 Vf. Depth $ $300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents 4' Dia. Fiberglass Type A Manhole (0'-6' 177. 3339.1010 5 Ea. Depth) 33 39 30 $ $6,000.00 $ $30,000.00 Per Each: Six Thousand Dollars and No Cents B-21 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE 4' Dia. Fiberglass Type A Manhole Extra TOTAL AMOUNT 178. 5 Vf. Depth $ $300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents External Drop Into Existing Manhole 179. 10 Ea. (Up to 6' of Drop) $ $4,000,00 $ $40,000.00 Per Each: Four Thousand Dollars and No Cents External Drop Extra Depth (over 6' of 180. 5 Vf. Depth) $ $300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents Internal Drop into Existing M.H. 181. 5 Vf. (Up to 6' of Drop) $ 4,500.00 $ $22,500.00 Per Vertical Foot: Four Thousand Five Hundred Dollars and No Cents Internal Drop Extra Depth 182. 10 Ea. (Over 6' of Drop) $ 500.00 $ $5,000.00 I Per Each: f Five Hundred Dollars and No Cents 183. 3339.1101 5 Ea. 5' Dia. Manhole (0'--6' Depth) Per Each: Six Thousand Five Hundred Dollars and No Cents I 184. 3339.1103 r 185. 3339.1102 5 A 5' Dia. Manhole Extra Depth Per Vertical Foot: Three Hundred Fifty Dollars and No Cents 33 3910, 33 39 20 $ 6,500.00 $ $32,500.00 33 39 10, 33 39 20-$ 350,00 $ $1,750.00 5 Ea. 5' Dia. Drop Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ 7,000.00 $ $35,000.00 Per Each: Seven Thousand Dollars and No Cents B-22 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 186. 10 Vf- 5' Dia. Drop Manhole Extra Depth $ 350.00 $ $3,500.00 - Per Vertical Foot: Three Hundred Fifty Dollars and No Cents 187. 3339.1104 10 Ea. 5' Dia. Shallow Manhole 33 39 1.0, 33 39 20 $ 6,000.00 $ $60,000.00 Per Each: Six Thousand Dollars and No Cents 188. 3339.1105 5 Ea. 5' Dia. Type A Manhole (0'-6' Depth) 33 3910, 33 39 20 $ 7,500A0 $ $37,500.00 Per Each: Seven Thousand Five Hundred Dollars and No Cents 189. 5 Vf, 5' Dia. Type A Manhole Extra Depth $ 300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents 190, 3339,1106 10 Ea. 5' Dia. Fiberglass Manhole (0'-6' Depth) Per Each: Six Thousand Five Hundred Dollars and No Cents 191. 5 Vf. 5' Dia. Fiberglass Manhole Extra Depth Per Vertical Foot: Three Hundred Dollars and No Cents 5' Dia. Fiberglass Drop Manhole 192. 3339.1107 5 Ea. (0'-6' Depth) Per Each: Seven Thousand Five Hundred Dollars and No Cents 5' Dia. Fiberglass Drop Manhole Extra 193. 5 Vf. Depth Per Vertical Foot: Three Hundred Dollars and No Cents B--23 33 39 30 $ 6,500.00 $ $65,000.00 $ 300.00 $ $1,500.00 33 39 30 $ 7,500.00 $ $37,500.00 $ 300.00 $ $1,500.00 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 5' Dia. Fiberglass Type A Manhole (0'. 194. 3339.1110 5 Ea. b' Depth) 33 39 30 $ 7,500.00 $ $37,500.00 Per Each: Seven Thousand Five Hundred Dollars and No Cents 5' Dia. Fiberglass Type A Manhole Extra 195. 5 Vf. Depth $ 300.00 $ $1,500.00 Per Vertical Foot: Three Hundred Dollars and No Cents . Wastewater Access Chamber 196. 3339.0003 5 Ea. (Any Depth) 33 39 40 $ 3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents _ 197. 3305.0112 30 Ea. Concrete Collar 33 05 17 $ 400.00 $ $12,000.00 Per Each: Four Hundred Dollars and No Cents 198, 3301.0101 30 Ea. Manhole Vacuum Testing 330130 $ 150.00 $ $4,500,00 Per Each: One Hundred Fifty Dollars and No Cents Manhole Adjustment, Minor 199. 3305,0107 10 Ea. (Grade Ring Adjustment) 33 05 14 $ 1,000.00 $ $10,000.00 Per Each: • One Thousand Dollars and No Cents Manhole Adjustment, Major (Structural • 200. 3305.0106 10 Ea. Modification) 330514 $ 2,500.00 $ $25,000.00 Per Each: Two Thousand Five Hundred Dollars and No Cents 201, 3305.0114 10 Ea. Manhole Adjustment, Major w/ Cover 33 05 14 $ 3,000.00 $ $30,000.00 Per Each: Three Thousand Dollars and No Cents 8 -- 24 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 202. 60 Sf. Interior Coat Manhole $ 30.00 $ $1,800.00 Per Each: Thirty Dollars and No Cents 203. 0241.5001 10 Ea. Abandon Manhole 024114 $ 800.00 $ $8,000.00 Per Each: Eight Hundred Dollars and No Cents 204. 0241.2201 10 Ea. Remove 4' Dia. Sewer Manhole 02 41 14 $ 1,000.00 $ $10,000.00 Per Each: One Thousand Dollars and No Cents 205. 0241.2202 10 Ea. Remove 5' Dia. Sewer Manhole 024114 $ 1,500.00 $ $15,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents 206. 0241.2001 20 Cy. Sanitary Line Grouting 024114 $ 200.00 $ $4,000.00 Per Cubic Yard: Two Hundred Dollars and No Cents 207. 0241.2101 10 Ea. 4" Sewer Abandonment Plug 02 41 14 $ 1,000.00 $ $10,000.00 Per Each: One Thousand Dollars and No Cents 208. 0241.2102 10 Ea. 6" Sewer Abandonment Plug 02 4114 $ 1,500.00 $ $15,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents + 209. 0241.2103 10 Ea. 8" Sewer Abandonment Plug 02 41 14 $ 2,000.00 $ $20,000.00 Per Each: Two Thousand Dollars and No Cents 210. 0241.2104 5 Ea. 10" Sewer Abandonment Plug 024114 $ 2,000.00 $ $10,000.00 Per Each: Two Thousand Dollars and No Cents B-25 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 211. 0241.2105 5 Ea. 12" Sewer Abandonment Plug 024114 $ 2,500.00 $ $12,500.00 Per Each: Two Thousand Five Hundred Dollars and No Cents 212. 0241.2106 5 Ea. 15" Sewer Abandonment Plug 024114 $ 3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents 213. 0241.2107 5 Ea. 16" Sewer Abandonment Plug 024114 $ 3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents 214. 20 Ea. 4" Sewer Service Tap $ 600.00 $ $12,000.00 Per Each: Six Hundred Dollars and No Cents 215. 3331.3101 50 Lf. 4" PVC Sewer Service Line 333150 $ 28.00 $ $1,400.00 Per Linear Foot: Twenty Eight Dollars and No Cents 216. 3331.3103 50 Lf. 4" Bored Sewer Service Line 333150 $ 60.00 $ $3,000.00 Per Linear Foot: Sixty Dollars and No Cents 217. 3331.3106 50 Lf. 4" DIP Sewer Service Line 333150 $ 50.00 $ $2,500.00 Per Linear Foot: Fifty Dollars and No Cents 218. 3331.3107 50 Lf. 4" DIP Bored Sewer Service Line 333150 $ 80.00 $ $4,000.00 Per Linear Foot: ' Eighty Dollars and No Cents 219. 3331.3105 50 Lf. 4" Private Sewer Service Line 333150 $ 60.00 $ $3,000.00 Per Linear Foot: Sixty Dollars and No Cents B-26 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 220. 3331.3109 50 Lf. 4" DIP Private Sewer Service ine 333150 $ 100,00 $ $S,000.00 Per Linear Foot: One Hundred Dollars and No Cents 221. 3331.3102 20 Ea. 4" 2-Way PVC Cleanout 333150 $ 350.00 $ $7,000.00 Per Each: Three Hundred Fifty Dollars and No Cents 222. 10 Ea. 4" 2--Way Cast Iron Cleanout 333150 $ 400.00 $ $4,000.00 Per Each: Four Hundred Dollars and No Cents 223. 20 Ea. 4" Private Service Line PVC Cleanout $ 300.00 $ $6,000.00 Per Each: Three Hundred Dollars and No Cents 224. 50 Ea, 6" Sewer Service Tap $ 700.00 $ $35,000.00 Per Each: Seven Hundred Dollars and No Cents 225. 3331.32.01 50 Lf. 6" PVC Sewer Service Line 333150 $ 35.00 $ $1,750.00 Per Linear Foot: Thirty Five Dollars and No Cents 226. 3331.3203 50 Lf. 6" Bored Sewer Service Line 333150 $ 65.00 $ $3,250.00 Per Linear Foot: Sixty Five Dollars and No Cents 227. 3331.3206 50 Lf. 6" DIP Sewer Service Line 333150 $ 90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents 228. 3331.3207 50 Lf. 6" DIP Bored Sewer Service Line 333150 $ 100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents B-27 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 229, 3331,3205 50 Lf. 6" Private Sewer Service Line 333150 $ 80.00 $ $4,000.00 Per Linear Foot: Eighty Dollars and No Cents 230. 3331.3209 50 Lf. 6" DIP Private Sewer Service Line 333150 $ 110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 231. 3331.3202 50 Ea. 6" 2-way PVC Cleanout 333150 $ 400.00 $ $20,000.00 Per Each: Four Hundred Dollars and No Cents 232. 10 Ea. 6" 2-way Cast Iron Cleanout 333150 $ 450.00 $ $4,500.00 Per Each: Four Hundred Fifty Dollars and No Cents 233. 20 Ea. 6" Private Service Line PVC Cleanout $ 400.00 $ $8,000.00 Per Each: Four Hundred Dollars and No Cents 234. 20 Ea. 8" Sewer Service Tap $ 800.00 $ $16,000.00 Per Each: Eight Hundred Dollars and No Cents 235. 3331.3301 50 Lf. 8" PVC Sewer Service Line 33 3150 $ 40.00 $ $2,000.00 Per linear Foot: • Forty Dollars and No Cents 236, 3331.3303 50 Lf, 8" Bored Sewer Service Line 333150 $ 65.00 $ $3,250.00 Per Linear Foot: ' Sixty Five Dollars and No Cents - 237. 3331.3306 50 Lf. 8" DIP Sewer Service Line 333150 $ 90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents B-28 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL, NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 238. 3331.3308 50 Lf. 8" DIP Bored Sewer Service Line 333150 $ 100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 239. 3331.3305 50 Lf. 8" Private Sewer Service Line 333150 $ 80.00 $ $4,000.00 Per Linear Foot: Eighty Dollars and No Cents 240. 3331.3310 50 Lf. 8" DIP Private Sewer Service Line 333150 $ 110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 241. 3331.3302 20 Ea. 8" 2-way PVC Cleanout 333150 $ 600.00 $ $12,000.00 Per Each: Six Hundred Dollars and No Cents 242. 20 Ea. 8" 2-way Cast Iron Cleanout 333150 $ 800.00 $ $16,000.00 Per Each: Eight Hundred Dollars and No Cents 243. 20 Ea. 8" Private Service Line PVC Cleanout $ 700.00 $ $14,000.00 Per Each: Seven Hundred Dollars and No Cents Plumbing Permit for Sewer Service 244. 1 Ea. Inspection $ $32.82 $ 32.82 Per Each: Thirty Two Dollars and Eighty Two Cents 245. 3137.0101 20 Sy. Concrete Riprap 313700 $ 150.00 $ $3,000.00 Per Square Yard: One Hundred Fifty Dollars and No Cents 246, 3137.0102 20 CY- Large Stone Riprap, dry 313700 $ 150.00 $ $3,000.00 Per Cubic Yard: One Hundred Fifty Dollars and No Cents B-29 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 247. 3137.0103 20 Cy. Large Stone Riprap, grouted 313700 $ 200.00 $ $4,000.00 Per Cubic Yard: Two Hundred Dollars and No Cents 248. 3305.0203 100 Cy. Imported Embed ment/Backfill, CLSM 33 05 10 $ 180.00 $ $18,000.00 Per Cubic Yard: One Hundred Eighty Dollars and No Cents Imported Embed ment/Backfill, Crushed 249. 3305.0204 50 Cy. Rock 33 05 10 $ 20.00 $ $1,000.00 Per Cubic Yard: Twenty Dollars and No Cents 250. 3305.0204 50 Cy. Imported Embedment/Backfill, Type B 33 05 10 $ 20.00 $ $1,000.00 Per Cubic Yard: ITwenty Dollars and No Cents 251. 50 Sy. Type B Concrete (#2500) $ 50.00 $ $2,500.00 CPer Square Yard: IFifty Dollars and No Cents 252. 50 Sy, Type E Concrete (#1500) $ 50.00 $ $2,500.00 Per Square Yard: Dollars and No Cents fFifty 253. 3292.0100 20 Sy. Block Sod Placement 329213 $ 10.00 $ $200.00 Per Square Yard: Ten Dollars and No Cents 254. 3292.0200 20 Sy. Seeding, Broadcast 32 92 13 $ 8.00 $ $160.00 Per Square Yard: Eight Dollars and No Cents B-30 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 255. 3292.0400 20 Sy. Seeding, Hydromulch 329213 $ 8.00 $ $160.00 Per Square Yard: Eight Dollars and No Cents 256. 3292.0500 20 Sy. Seeding, Soil Retention Blanket 32 92 13 $ 20.00 $ $400.00 Per Square Yard: Twenty Dollars and No Cents 257. 3213.0301 40 Sy, 4" Conc Sidewalk 32 13 20 $ 80.00 $ $3,200.00 Per Square Yard: Eighty Dollars and No Cents 258, 3213.0351 20 Sy. 4" Conc Sidewalk, Exposed Aggregate 32 13 20 $ 90.00 $ $1,800.00 Per Square Yard: Ninety Dollars and No Cents 259. 3213.0401 50 Sy. 6" Concrete Driveway 32 13 20 $ 75.00 $ $3,750.00 Per Square Yard: Seventy Five Dollars and No Cents 6" Concrete Driveway, Exposed 260. 3213.0451 20 Sy. Aggregate 32 13 20 $ 85.00 $ $1,700.00 Per Square Yard: Eighty Five Dollars and No Cents 261. 3216.0101 60 Lf. 6" Conc Curb and Gutter 321613 $ 35.00 $ $2,100.00 Per Linear Foot: Thirty Five Dollars and No Cents 6" Conc Curb & Gutter Attached to 262. 60 Lf. Conc Pvmt. 321613 $ 35.00 $ $2,100.00 Per Linear Foot: Thirty Five Dollars and No Cents B-31 ITEM BID LIST DESCRIPTION OR ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 263, 3216.0301 20 Sy. 9" Conc Valley Gutter, Residential 321613 $ 75.00 $ $1,500.00 Per Square Yard: Seventy Five Dollars and No Cents 11" Conc Valley Gutter, 264. 3216.0302 20 Sy. Arterial/industrial 321613 $ 95.00 $ $1,900.00 Per Square Yard: Ninety Five Dollars and No Cents 265. 3201.0150 100 Lf. Asphalt Pvmt Repair, Sewer Service 320117 $ 45.00 $ $4,500.00 Per Linear Foot: Forty Five Dollars and No Cents 4' Wide Asphalt Pvmt Repair, 266. 3201.0111 100 Lf. Residential 32 01 17 $ 55.00 $ $5,500.00 Per linear Foot: Fifty Five Dollars and No Cents 5' Wide Asphalt Pvmt Repair, 267. 3201.0112 300 Lf. Residential 320117 $ 60.00 $ $18,000.00 1 Per Linear Foot: iSixty Dollars and No Cents 6' Wide Asphalt Pvmt Repair, 268, 3201,0113 300 Lf. Residential 32 01 17 $ 65.00 $ $19,500.00 Per Linear Foot: Sixty Five Dollars and No Cents 269. 3201.0121 300 Lf. 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ 60.00 $ $18,000.00 Per Linear Foot: N Sixty Dollars and No Cents 270. 3201.0122 300 Lf. 5' Wide Asphalt Pvmt Repair, Arterial 320117 $ 65.00 $ $19,500.00 Per Linear Foot: Sixty Five Dollars and No Cents B-32 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTy. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 271. 3201.0123 300 Lf. G' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ 70.00 $ $21,000.00 Per Linear Foot: Seventy Dollars and No Cents 272. 3201.0131 300 Lf. 4' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: Seventy Dollars and No Cents 273. 3201.0132 300 Lf. 5' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: Seventy Five Dollars and No Cents 274. 3201.0133 300 Lf. G' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: Eighty Dollars and No Cents Asphalt Pvmt Repair Beyond Defined 275. 3201,0201 300 Sy. Width, Residential Per Square Yard: Twenty Five Dollars and No Cents Asphalt Pvmt Repair Beyond Defined 275. 3201.0202 300 Sy. Width, Arterial Per Square Yard: Thirty Dollars and No Cents Asphalt Pvmt Repair Beyond Defined 277. 3201.0203 300 Sy. Width, industrial Per Square Yard: Thirty Five Dollars and No Cents 2" Thick Extra Width Asphalt Pavment 278. 3201.0301 100 Sy. Repair Per Square Yard: Twenty Five Dollars and No Cents 320117 $ 70.00 $ $21,000.00 32 01 17 $ 75.00 $ $22,500.00 320117 $ 80.00 $ $24,000.00 320117 $ 25.00 $ $7,500.00 320117 $ 30.00 $ $9,000.00 32 01 17 $ 35.00 $ $10,500.00 32 01 17 $ 25.00 $ $2,500.00 B-33 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 3" Thick Extra Width Asphalt Pavment 279. 3201.0302 100 Sy. Repair 320117 $ 30.00 $ $3,000.00 Per Square Yard: Thirty Dollars and No Cents 4" Thick Extra Width Asphalt Pavment 280. 3201.0303 100 Sy. Repair 32 01 17 $ 35.00 $ $3,500.00 Per Square Yard: Thirty Five Dollars and No Cents 281. 3201.0303 75 Lf. Temporary Asphalt Paving Repair 320117 $ 25.00 $ $1,875.00 Per linear Foot: i Twenty Five Dollars and No Cents 282. 3211.0112 40 Sy. 6" Flexible Base, Type B, GR-1 32 1123 $ 20.00 $ $800.00 Per Square Yard: Twenty Dollars and No Cents 283. 3211.0122 40 Sy. 6" Flexible Base, Type B, GR-2 321123 $ 20.00 $ $800.00 Per Square Yard: Twenty Dollars and No Cents 284. 200 Sy. High Early Strengh Conc. $ 125.00 $ $25,000.00 Per Square Yard: One Hundred Twenty Five Dollars and No Cents i 285. 3201.0614 300 Sy. Conc Pvmt Repair, Residential 320129 $ 65.00 $ $25,500.00 Per Square Yard: Eighty Five Dollars and No Cents 286. 3201.0616 300 Sy. Conc Pvmt Repair, Arterial/Industrial 32 0129 $ 95.00 $ $28,500.00 Per Square Yard: Ninety Five Dollars and No Cents B-34 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT Conc. Pvmt. Repair Beyond Defined 287. 300 Sy. Width, Residential $ 60.00 $ $18,000.00 Per Square Yard: Sixty Dollars and No Cents Conc. Pvmt. Repair Beyond Defined 288. 100 Sy. Width, Arterial/Industrial $ 75.00 $ $7,500.00 Per Square Yard: Seventy Five Dollars and No Cents 289. 3214.0100 50 Sy. Brick Pvmt Repair 321416 $ 70.00 $ $3,500.00 Per Square Yard: Seventy Dollars and No Cents 290. 3214.0400 50 Sy. Brick Pvmt Repair (City Supplied) 321416 $ 70.00 $ $3,500.00 Per Square Yard: _ Seventy Dollars and No Cents s ' 291. 3305.0001 5 Ea. 4" Waterline Lowering 33 05 12 $ 3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents 292. 3305.0002 5 Ea. 6" Waterline Lowering 330512 $ 4,000.00 $ $20,000.00 Per Each: '. Four Thousand Dollars and No Cents 7-93. 3305.0003 5 Ea. 8" Waterline Lowering 33 05 12 $ 5,000.00 $ $25,000.00 Per Each: Five Thousand Dollars and No Cents 294. 3305.0004 5 Ea. 10" Waterline Lowering 33 05 12 $ 6,000.00 $ $30,000.00 Per Each: Six Thousand Dollars and No Cents 295. 3305.0005 5 Ea. 12" Waterline Lowering 330512 $ 7,000.00 $ $35,000.00 Per Each: Seven Thousand Dollars and No Cents B-35 i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL ' NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 296. 3471.0003 25 Ea. Traffic Control s Per Fach: One Thousand Two Hundred Fifty Dollars and No Cents 297. 25 Ea. Street Use Permit Per Each: One Hundred Dollars and No Cents TOTAL. AMOUNT BID 9 347113 $ 1,250.00 $ $31,250.00 $ 100.00 $ $2,500.00 $ $3,424,202.82 B-36 4 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SEGTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Slate Here or 81a'nk , our principal place of business, are required to be , llr-rc percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Slale Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of qur company or our parent company or majority owner is in the State of Texas. [9 BIDDER: END OF SECTION By: 0 r'r f� (Signatur Title: Date: 7 - Z s' - % I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 4313_00 42 4300 43 37_00 45 1200 35 13_131d Proposal Workbook.xis 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermitI and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration.DE2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Number 102196 00 45 11 - 2 2 3 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting Fiirm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. Bidder Prequalification Application, A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 I 2 3 4 5 1 6 7 8 9 i 00 45 I.I. - 3 BIDDERS PREQUALIFICATlONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Number 102195 W 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION+! 00 45 1.2 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequallfied contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Sewer -Improvements The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. STDPER. 11!/iOM"J 10114-.mac r� a C'Cor�sr���or''7/�7n6/By: Company lease Prino Signature: �S Address Title: �i�rr'�✓/r�1� City/State/Zip (Please Print) Date: 7- ?s' •/jP END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Mark only one: City City Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code State Zip Code Fax Email Texas Taxpayer Identification No, Federal Employers Identification No, DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 9 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 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, 1.8-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 MAJOR WORK CATEGORIES, CONTINUED CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3of9 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, Ail Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 9 1. List eauioment you do not own but which is available by rentina I DESCRIPTION OF EQUIPMENT ' NAME AND DETAILED ADDRESS OF OWNER f 2. How many years has your organization been in business as a general contractor under yourpresent name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY- COUNTY -STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 9 8. In what other fines 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. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 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, CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 9 CORPORATION BLOCK . PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED 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. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 9 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8of9 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 of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 00 45 13 - 9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 9 BIDDER PREQUALIFsCAT.ION 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, CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 ! SECUON 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 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. 102196. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractors certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: /I I 1 A411, am 12 C.:c�� �' Corps-1ruI'�.a By: f�rrso cS FP/� 13 Company (Pie e Prirr 14 /} 15 /`"'- Signature: /moo cscs' 16 Address 17 18r 74 4,)" Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS Y� {� MIC14ELE S LANKFORD 23 s o, _ Notary Public (663 24 COUNTY OFTARRANT �`;,��`= STA7EOFTEXAS 25 �'4 OF4�*a°�� MVComm.Flp. 10CiObdrP.2FiY� MNur 26 BEFORE ME, the undersigned aut r anal y appeared 27 'i known to me to be the person whose name is 28 subscribed to the foregoin in ment, and acknowledged to me that he/she executed the same 29 as the act and deed of Mid for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 , ?0ACt _ 34 35 361� 37 Notary Public in and for th"State exas 38 39 END OF SECrZON [if] CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 lI 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is (0% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note. If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO [BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MOE goal through MBE subcontracting participation, or a. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 31ie'a- fet-or shall t10 ver the MBE documentatlen In person to the appropriate emplayee of the purchasing division and Ibtain a date/time recelpt. Such recelpt shill be evidence that the City r� e'I' a khe dei:umentation in he time allocated. A faxed and/or ema1iedl copy will not be ac-copied. 1. Subcontractor Utilization Form, received no later than 2:00 p.m., on the second City if goal is met or exceeded: business day after the bid opening date, exclusive of the bid o enin date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid participation is less than statedgoal: opening date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid no MBE participation: _openingdate. 4. Prime Contractor Waiver Form, _openung received no later than 2.00 p.m., on the second City if you will perform all business day after the bid opening date, exclusive of the bid contracting/supplier work: opening date. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 MSERR2019 City Project Number 102196 2 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Farm, if goal is met received no later than 2:00 p.m., on the second City or exceeded. business day after the bid opening date, exclusive of the bid o enin date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BIDBEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised June 9, 2015 00 52 43 - 1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on _SEP 17, 2019 is made by and between the City of 5 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 6 Manager, ("City"), and Circle C Construction Co. , authorized to do business in 7 Texas, acting by and through its duly authorized representative, ("Contractor"). 8 City and. Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Sewer Main Extensions, Replacements & Relocations Contract 2019 17 City Proiect No. 102195 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of One Million Dollars ($ 11000,000A0 ). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 365 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 3I recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City Five Hundred and 00/100 Dollars 35 ($500.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised 1I.15.17 00 52 43 - 2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Proj ect's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended too crate 77 and be effective even if it is alleged or proven that all or some of the dama es being 78 sought were caused in whole or in part, by any act omission or negligence of the ci . 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised 1I.15.17 005243-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is alleged or 89 pEoven that all or some of the damages- being sought were caused in whole or in part, 90 by any act omission or negligence of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the III Northern District of Texas, Fort Worth Division. 112 T6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. I15 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised 11.15.17 00 52 43 - 4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act 128 Contractor shall verify the identity and employment eligibility of its employees who I29 perform work udder this Agreement, including completing the Employment Eligibility 130 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 131 all 1-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to I39 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third -Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third -party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02196 Revised 11.15.17 a 1 165 166 167 168 -169 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). A Contractor: Circle � CUYIS�uch �'1 By: m (Signature) (Printed Name) Title: 4 ; py-p,-51 CtR 1. ' Address: City/State/Zip: i Date 170 171 172 173 174 175 176 177 City Manager City S46rdtaiy / (Seal) M&C 19-0162 Date: 09/17/19 Form 1295 No. 2019-528210 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. La4ence Hamilto , P.E. Senior Professional Engineer Approve as ko and Legality: Douglas . Black Assistant City Attorney APPROVAL/1 C MMENDED: Chris Harder, P.E. DIRECTOR, Water Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 OFFICOAL RECORD CITY SECRETARY Ft WORTH, YID MSERR2019 City Project No. 102I96 006113-1 PERFORMANCE BOND Page I of 3 1 BOND NO. TXC611166 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TAI2RANT § 8 9 That we, William 1. Schultz, Inc. dba Circle C. Construction Company, known as "Principal" herein 10 and Merchants Bonding_CompM (Mutual,), a corporate surety(sureties, if more than one) duly authorized I l to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 12 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as "City" herein, in the penal sum of One Million Dollars ($1,000, 000), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18 day of SEP 17 20.1 1: , 20_, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined 20 by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract 21 designated as 22 Sewer Main Extensions, Replacements & Relocations t,onasact 2019 23 City Project No. 102196 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 26 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 27 contract documents therein referred to, and as well during any period of extension of the Contract that 28 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 29 to remain in full force and effect. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 2 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 4 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 5 provisions of said statue. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of SEP 17 2019, 2019. ATTEST! (Principal) Secretary, Michele S. 6- kford Witness as to Principal Witness as to Surety, John I IlIer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011. PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: Signature Teresa S. Skelly, President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchants �ng Company Mutual BY: ignature Sheryl A. Klutts, Attorney -in -Fact Narne and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 1-800-678-8171 MSFRFt2019 City project Numbcr 102196 006113-3 PERFORMANCE BOND Page 3 of 3 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the 2 by-laws showing that this person has authority to sign such obligation. If Surety's physical 3 address is different from its mailing address, both must be provided. The date of the bond shall 4 not be prior to the date the Contract is awarded. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 MERCHA,Ni7s_� B i r? I M P-A N'. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surely(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seat of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 • ' �i1 Q ; ��A ®: •� I7 T * MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT NATIONAL BONDING, INC. �ydL .• President STATE OF IOWA PRO * ' •> >'' COUNTY COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALIC IA K, GRAM Co" nI�yCnmiTiission�res Apni ' :'V20 -r Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, i have hereunto set my hand and affixed the seal llyof the Companies on this 17th day of September 2019 . ty�rj 011 Q; :RIX:�' :Z6 �# e 2003 F ,"J,+ 1933 ,p'y Secretary POA 0018 (3117) -401*0.1464 0061 14 - 1 PAYMENTBOND Page 1 of 2 1 BOND NO. TXC611166 2 SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do to business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound 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 penal sum of One Million ($1,000,000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 14 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 15 severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 day of SEP 17 2019, 20_ which Contract is hereby referred to and made a part hereof for all purposes 18 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by 19 law, in the prosecution of the Work as provided for in said Contract and designated as 20 Fewer Minn Lxiensions, #Wlacements or Relocations Contract 201 y 21 Clty Pro,Lect No. 102196 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 23 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 24 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this 25 obligation shall be and become null and void; otherwise to remain in full force and effect. 26 This bond is trade and executed in compliance with the provisions of Chapter 2253 of the Texas 27 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 28 provisions of said statute. 29 CITY OF FORT WORTH MSFRR2019 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 0061 14 - 2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this ATTEST: IM (Principal) Secretary, Michele bankford Witness as to Principal ATTEST: (Surety) SecretaEy-- Witness as to Surety, John A. Miller day of SEP 17 2019, 20_. PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Comnan BY: Signature CJ Teresa S. Skelly — President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchants Bon ' om any (Mutual BY: Signs re Sheryl A. Klutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266-7754 Telephone Number: 1-800-678-8171 T Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC]FICAT10N DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Number 102196 MERCUANTS �_6ND I N G C 0 M PANY� POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23. 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015, "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 ;' •' R �� : !.''`Vp 'I�' *e MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT.. NATIONAL BONDING, INC. . 2003 ; �� : y'',� 1933 By '•dam '1: ' `.`+S'i:. _ .� *� -l$a� President STATE OFIOWA<<`ffr{{f{``� •r«es°aa COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. x t tt- AUC[AKGRAM C mftlss,ioii Number767-4 1� CCumrltfSslnr� Eviffla - Aptit 1. 2020 �l�r Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of September 12019 . T. =~ 2©t)3 : &�; 1933 secretary ;ca .`.ter: POA 0018 (3/17) /�<<04.1160 .«. El 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 BOND NO. TXC611166 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 0061 19 - 1 MAINTENANCE BOND Page I of 3 KNOW ALL BY THESE PRESENTS: That we, William J. Schultz, Inc. dba Circle C Construction Comnanv, known as "Principal" herein and Merchants Bonding Company.. (Mutual), a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of One Million ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of SEP 17 2019, 20_, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Sewer Main Extensions Beplacements & Relocations Contract 2019 City Proiect No. 102196 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the City of the need therefor at any time within the Maintenance Period. 3 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 5 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 6 then this obligation shall become null and void; otherwise to remain in full force and effect. 7 S PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 9 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or 10 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 11 Maintenance bond; and 12 13 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 14 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; 15 and 16 17 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 1S recoveries may be had hereon for successive breaches. 19 20 21 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July I, 2011 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0061 19 - 3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of SEP 17 2019, 20_. PRINCIPAL: William J. Schultz, Inc. dba ATTEST: (Principal) Secretary, Michele S. L ford Witness as to Principal Witness as to Surety, John A. Miller BY: / �rt�aD cw Signature Teresa S. Skelly, Pres Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchant din Cor (Mutual) BY: _ Signature Sheryl A. Klutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 1-800-678-8171. *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20t1 MSP-RR2019 City Project Number 102196 %k M E ■ 1 i P F+ y4 BOINDING COMPANY,,, POWER OF ATTORNEY Know Ail Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Altomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shad have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut horny hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Slate of Florida Department of Transportation, It is fully understood that consens ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 .-'Slpo ' ' •'' .� • MERCHANTS BONDING COMPANY (MUTUAL) Ci iZc ��i�� •�7.G MERCHANT, NATIONAL BONDING, INC. rn 2 a2E', .. f 2003 :, ,: '' 1933 By r yAff-�� President ♦ �e�•/••'• ••••di*� • t •Y •.• fig- j 0� STATE OF IOWA �''�,...•*t�� ay+ar ♦*�� COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tAt ALICIA,i ARAM " CorfminsiolI NuFaLM-1 ;r27 M x h1y Commlc zinn 1xplrf tx - V i; ' '1020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the _seal of the Companies on this 17th day of September 2019 . 2003 ? 1033 Secretary �% •, =`v e POA 0018 (3117) 3 MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) - MERCI IANTS NATIONAL. BONDING, INC. P.O. BOX 14498 , DES MOINES. IOWA 50306-3498 • (800) 678-8171 • (S1S) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SLIP 0073 TX (2115) FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage...................................................................................................................................... 9 BailBonds............................................................................................................................ 9 BlanketWaiver of Subrogation................................................................................................................................. 14 ` Bodily Injury and Property Damage Care, Custody or Control................................................................................................................... .................... 3 Contractors Errors and Omissions ... g Contractual Liability (Personal & Advertising Injury).................................................................................................. 2 ElectronicData Liability .............................................................................................................................................. 1 GeneralLiability Conditions...................................................................................................................................... 13 IncidentalMalpractice................................................................................................................................................. 9 Insured............... ......................................................................................------...................... 9 Limited Product Withdrawal Expense .................................................................................................................. ...... 3 Limitsof Insurance................................................................................................................................................... 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage..................................................................................................................................................... 8 Newly Formed or Acquired Organizations............................................................................................................... 11 Non -Owned Watercraft............................................................................................................................................... 1 Property Damage Liability — Sorrowed Equipment.................................................................................................... 1 I Tenant's Property and Premises Rented To You...................................................................................................... 8 VoluntaryProperty Damage....................................................................................................................................... 2 COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I d COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 9. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the 'occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard'; f. Motor vehicles; g. "Your product' arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one 'occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (01 15) includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUS T ODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Tractor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal' to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or. decom position of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal' (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect' in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defect' was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product'. (2) If a "product withdrawal' is initiated, you must: (a) Immediately record the specifics of the "product withdrawal' and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect' means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product' which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal' will not be limited to those batches of "your product' which are known or suspected to have been tampered with. c. "Product withdrawal' means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect' in "your product', or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "Impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2015 FOCI Insurance Group I COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE i 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or j c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any I insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or i 5) Dishonesty. 3. Deductible We will not pay for loss in any one 'occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any `occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision -- Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury' or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2015 FCCI Insurance Group II COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one 'occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. S. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contractor agreement; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer' or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2015 FCCI insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 6. The following is added to paragraph 8. Transfer Of (tights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the personlentity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2015 FCC! Insurance Group COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ®MINERS, LESSEES OR CONTRACTORS AUTOMATIC STA i US WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU o ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM bL;HLUULt UP 110NAL Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) (Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II a Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCC[ Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contractor agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (1013) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form, CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FOCI Insurance Group. COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY ®VIER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OFF CONTENTS DESCRIPTION PAGE AirbagCoverage.......................................................................................................................................................3 Auto Loan/Lease Gap Coverage.............................................................................................................................. 3 BroadForm Insured..................................................................................................................................................1 Concealment, Misrepresentation or Fraud............................................................................................................... 4 Deductible................................................................................................................................................................. 3 Duties in the Event of Accident, Claim, Suit or Loss................................................................................................ 4 FellowEmployee...................................................................................................................................................... 2 Fire Department Service Charge..............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage................................................................................... 4 Lossof Earnings....................................................................................................................................................... 2 Lossof Use Expenses..............................................................................................................................................2 SupplementaryPayments........................................................................................................................................ 2 Transfer of Rights of Recovery against Others to Us............................................................................................... 4 TransportationExpenses..........................................................................................................................................2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "Insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury' or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. 'Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos'; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage. c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the `loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the 'loss'; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only. a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (01 15) (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. 'Transfer of Rights of Recovery against Others to Ids If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident' or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following. b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCCI Insurance Group. COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURE® - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section ILA.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "Insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 8 (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: June 20, 2019 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2019 Policy Number: 196-43838 Countersigned Insured: William J Schultz Inc WC 42 03 04 B (Ed. 6-14) "Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI" 006125-1 CERTIFICATE OF INSURANCE Page 1ofI I SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article 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.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 6.02 Labor; WorIeing 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.T4 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 Article 7 - 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 Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Derective 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 1 I -- 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 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution............................................................................................... ...... 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: Febroary 2, 2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — 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 CONSTRICTION SPECIFICATION DOCUMENTS Revision; February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 from 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 SPECIFICATION DOCUMENTS Revision. February 2, 2016 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 Manager —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 MaterialSource, 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 SubmittalsA 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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. SupplierA 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 I. 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 Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be fiuiished 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 ran. 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 accordancewiththe 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of 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 SPECIFICATION DOCUMENTS Revision; February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract 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 parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall famish 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. 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 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 SPECIFICATION DOCUMENTS Revision: Februarv2, 2016 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 Iines 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 properly 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 lirnited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. P. 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 4.06.G 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 Iicensed 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 of Insurance 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. 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Rage 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. comfy 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. 6.43 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, startup, 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 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 from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order_ 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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 SPECIFICATION DOCUMENTS Revision: February 4 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special 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 from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 whore 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. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. if the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE 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. Material misrepresentation of any nature will 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. Duly 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 from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 fullest extent permitted by Laves 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 28 of 63 s 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. bq://www.window.state.tx.us/taxinfo/taxforms/93-forms.htnl 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-t 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 indemnify 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. AlI 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 SPECIFICATION DOCUMENTS Revision; February 2, 2016 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 6.1 S.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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; S. 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 fu- ish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL. CONDITIONS Page 34 of 63 fECIFICALLY 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 ofProfessional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. 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 6.1 S.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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as fin-ther 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 anal responsibility will be itemized; and 5 5 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 Finnish 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 SPECIFICATION DOCUMENTS Revision; February 2, 2016 00 72 00 - 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 Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract. is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager'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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized I ariations in Work City's Project Manager 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 Manager 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 Manager 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 SPECIFICATION DOCUMENTS Revision. February 2, 2016 00 72 00 -- 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. 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 fill, 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 CIaim 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such 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 Work 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 11.0I.13, 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 SPECIFICATION DOCUMENTS Revision; February 2, 2016 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. S. 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 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 11.013, 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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. Tf 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either parry 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 1.2 — 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 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.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 11.01.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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (51/o) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 4ccess 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 fim i.sh 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 shallbe 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 SPECIFICATION DOCUMENTS Revision: Fehruary 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 from the Project and replace it with Work that is not defective, and d. 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 forth 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 fop 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the 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 SPECIFICATION DOCUMENTS Revision.' February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of fmal 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 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 fiirther 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 fimnisbing 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 10.06.13 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 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 parry 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 fain 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 SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 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 fmal 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 SECTION 0 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. (Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 3, 2016 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 7 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of [_ands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August 3, 2016; EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: IL 1511M SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees, (1) City (2) Consultant: None (3) Other: None SC-5.04A., `Contractor's Insurance" _CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 2 coverages for not less than the following amounts or greater where required by laws and 3 regulations: 4 5 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 6 7 Statutory limits 8 Employers liability 9 $100,000 eacli accident/occurrence 10 $100,000 Disease - each employee 11 .$500,000 Disease - policy limit 12 13 SC-5.048., "Contractor's Insurance" 14 15 5.040. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability 16 Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the 17 Contractor with minimum limits of: 18 19 $1,000,000 each occurrence 20 $2,000,000 aggregate limit 21 22 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) 23 making the General Aggregate Limits apply separately to each job site. 24 25 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" 26 coverage's. Verification of such coverage must be shown in the Remarks Article of the 27 Certificate of Insurance. 28 29 SC 5.04C., "Contractor's Insurance" 30 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance 31 under Paragraph GC-5.04C., which shall be in an amount not less than the following 32 amounts: 33 34 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any 35 Auto", defined as autos owned, hired and non -owned. 36 37 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable 38 if limits are at least: 39 40 $250,000 Bodily Injury per person / 41 $500, 000 Bodily Injury per accident/ 42 $100,000 PropertyDamage 43 44 SC-5.04D., "Contractor's Insurance" 45 46 The Contractor's construction activities will require its employees, agents, subcontractors, 47 equipment, and material deliveries to cross railroad properties and tracks 48 49 None 50 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 I The Contractor shall conduct its operations on railroad properties in such a manner as not to 2 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or 3 operation of its/their trains or other property. Such operations on railroad properties may require 4 that Contractor to execute a `Right of Entry Agreement" with the particular railroad company or 5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 6 each railroad company and be prepared to execute the right -of -entry (if any) required by a 7 railroad company. The requirements specified herein likewise relate to the Contractor's use of 8 private and/or construction access roads crossing said railroad company's properties. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: None None With respect to the above outlined insurance requirements, the following shall govern: I. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 42 No work or activities on a railroad company's property to be performed by the Contractor shall be 43 commenced until the Contractor has furnished the City with an original policy or policies of the 44 insurance for each railroad company named, as required above. All such insurance must be 45 approved by the City and each affected Railroad Company prior to the Contractor's beginning 46 work. 47 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The insurance specified above must be carried until all Work to be performed on the railroad 2 right-of-way has been completed and the grade crossing, if any, is no longer used by the 3 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 4 performed in the railroad right-of-way. Such insurance must name the railroad company as the 5 insured, together with any tenant or lessee of the railroad company operating over tracks 6 involved in the Project. 7 8 SC-6.04., "Project Schedule" 9 10 Project schedule shall be tier 1 for the project. 11 12 SC-6.07., "Wage States" 13 14 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 15 Appendixes: 16 17 Heavy & Highway Construction Projects 18 Commercial Construction Projects 19 20 cBuzzsaw location, Resources/02-Construction Documents/ Specifications/Div 00-General 21 Conditions/CFW Wage Rate Table 20080708.pdf> 22 23 SC-6.09., "Permits and Utilities" 24 25 SC-6.09A., "Contractor obtained permits and licenses" 26 The following are known permits and/or licenses required by the Contract to be acquired by the 27 Contractor; 28 29 None 30 31 SC-6.09B. "City obtained permits and licenses" 32 The following are known permits and/or licenses required by the Contract to be acquired by the 33 City: 34 35 None 36 37 SC-6.09C. "Outstanding permits and licenses" 38 39 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 40 41 None 42 43 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 44 45 46 SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" 47 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 00 73 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 During the performance of this Contract, the Contractor, for itself, its assignees and successors in 2 interest (hereinafter referred to as the "Contractor") agrees as follows: 3 4 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 5 nondiscrimination in Federally -assisted programs of the Department of Transportation 6 (hereinafter, "DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended 7 from time to time, (hereinafter referred to as the Regulations), which are herein incorporated 8 by reference and made a part of this contract. 9 10 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the 11 contract, shall not discriminate on the grounds of race, color, or national origin, in the 12 selection and retention of subcontractors, including procurements of materials and leases of 13 equipment. The Contractor shall not participate either directly or indirectly in the 14 discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 15 practices when the contract covers a program set forth in Appendix B of the Regulations. 16 17 3. Solicitations for Subcontractors, Including Procurements of Materials and 18 Equipment: In all solicitations either by competitive bidding or negotiation made by the 19 contractor for work to be performed under a subcontract, including procurements of 20 materials or leases of equipment, each potential subcontactor or supplier shall be notified by 21 the Contractor of the Contractor's obligations under this contract and the Regulations relative 22 to nondiscrimination on the grounds of race, color, or national origin. 23 24 4. Information and Reports: The Contractor shall provide all information and reports 25 required by the Regulations or directives issued pursuant thereto, and shall permit access to 26 its books, records, accounts, other sources of information and its facilities as may be 27 determined by City or the Texas Department of Transportation to be pertinent to ascertain 28 compliance with such Regulations, orders and instructions. Where any information required 29 of a contractor is in the exclusive possession of another who fails or refuses to furnish this 30 information the contractor shall so certify to the City, or the Texas Department of 31 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 32 information. 33 34 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 35 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it 36 or the Texas Department of Transportation may determine to be appropriate, including, but 37 not limited to: 38 39 a. withholding of payments to the Contractor under the Contract until the 40 Contractor complies, and/or 41 b. cancellation, termination or suspension of the Contract, in whole or in part. 42 43 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) 44 through (6) in every subcontract, including procurements of materials and leases of 45 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The 46 Contractor shall take such action with respect to any subcontract or procurement as City or 47 the Texas Department of Transportation may direct as a means of enforcing such provisions 48 including sanctions for non-compliance: Provided, however, that, in the event a contractor 49 becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 50 result of such direction, the contractor may request City to enter into such litigation to CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 007300-7 SUPPLEMENTARY CONDMONS Page 7of7 protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title V1 requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-5.01, "Communications to Contractor" SC-9.01.,-City's Project Manager" The City's Project Manager for this Contract is Adolfo Lopez, or his/her successor pursuant to written notification from the Director of the Fort Worth Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" r0ren END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01.,-City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 MSERR2019 City Project Number 102196 013513-I SPECIAL PROJECT PROCEDURES Page 1 of 12 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not 7 limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near Nigh Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 21 1. NON-EXCLUSIVE CONTRACT 22 This contract is non-exclusive. During the term of this contract or any renewal 23 hereof, the City reserves the right to advertise and award another contract for 24 like or similar work. If a second contract is awarded, the City further reserves 25 the right to issue work orders under either contract as it deems in its best 26 interest, without recourse. 27 28 2. MOVE IN CHARGES 29 A Work Order may contain one or more Incations. One move -in fee will paid to 30 the contractor per Work Order issued. Locations for multiple sites per Work 31 Order will be in the same general vicinity, if possible, and if so, only one 32 mobilization charge will be paid. When water and sewer work are required only 33 the water move in fee will be paid. At no time will both fees be paid for one 34 specific location. 35 36 3. EMERGENCY SITUATION, JOB MOVE -IN 37 The Owner or Engineer shall determine when an emergency situation shall 38 exist. When water emergency work is required, the Contractor shall mobilize to 39 the said location within twenty-four (24) hours after given notification from the 40 Inspector and/or Project Manager. The Contractor shall make all necessary 41 arrangements for bypass pumping, setting up barricades, notifying citizens, 42 etc., while waiting for other utilities to be located as directed by the Engineer. 43 The Contractor shall work continuously until the emergency work order has CITY OF FORT NORTH MSF-RR2019 STANDARD CONSTRUCTION SPECIFICATION€ DOCUMENTS City Project Number 102196 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 12 1 been completed at a time agreed to by the Project Manager, Inspector, and 2 Contractor. After the emergency work order has been completed, there will be 3 no additional "Job Move -In" charges paid to remobilize back to the previous 4 project location site. 5 6 4. DETERMINATION AND INITIATION OF WORK 7 The Engineer shall determine and designate to the Contractor the location of 8 the service main requiring replacement by a Work Order together with a sketch 9 for each such replacement, giving the limits, size and nature of work required. 10 The Engineer will notify the Contractor that a Work Order is ready and fax 11 and/or email the Contractor a copy of the Work Order notification. The 12 Contractor is to provide his fax number and email address to the Engineer at 13 the pre -construction conference. Single or several Work Orders may be issued 14 at one time. The Contractor shall initiate work on a replacement within seven 15 (7) working days of the date the Work Order is sent to the Contractor, and 16 continue work on the Work Order until it has been completed, not including 17 paving. The Contractor shall furnish and supply sufficient equipment and 18 personnel to complete the Work Order in the amount of time provided for in 19 the Work Order. Should the Contractor fail to start any Work Order within the 20 time specified, he shall add the necessary work crews and equipment to 21 prosecute the work to complete the Work Order or Work Orders in the time 22 provided. 23 24 5. PAYMENT 25 Because of the unique nature of this contract, Article 14, PAYMENTS TO 26 CONTRACTOR AND COMPLETION of the General Conditions shall be amended 27 and superseded by the following: (Please initial below) 28 29 Whenever the improvements prescribed by an individual Work Order have 30 been completed, the Contractor shall notify the Engineer. The Engineer or 31 other appropriate official of the Owner will, within a reasonable time, perform 32 the inspections. If such inspection reveals that the improvements are in an 33 acceptable condition and have been completed in accordance with the terms of 34 the Contract Documents and all approved modifications thereof, the Engineer 35 will recommend acceptance of the work under that particular Work Order and 36 recommend payment therefore. 37 38 If the Engineer finds that the work has not been completed as required, he 39 shall so advise the Contractor in writing, furnishing him an itemized list of all 40 known items which have not been completed or which are not in an acceptable 41 condition. When the Contractor has corrected all such items, he shall again 42 notify the Engineer that the improvements are ready for inspection, and the 43 Engineer shall proceed as outlined above. 44 45 Whenever the improvements prescribed by the individual Work Order have 46 been completed and all requirements of the Contract Documents have been 47 fulfilled on the part of the Contractor, an estimate showing the value of the 48 work will be prepared by the Engineer as soon as the necessary 49 measurements, computations, and checks can be made. 50 CITY OF FORT WORTH MSF-RR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 013513-3 SPECLAL PROJECT PROCEDURES Page 3 of 12 1 The amount of the estimate will be paid to the Contractor after acceptance by 2 the Water Department Director, provided the Contractor has furnished to the 3 Owner satisfactory evidence of payment as follows: Prior to submission of the 4 estimate for payment, the Contractor shall execute an affidavit, as furnished by 5 the City, certifying that all persons, firms, associations, corporations, or other 6 organizations furnishing labor and/or materials under that Work Order have 7 been paid in full, that the wage scale established by the City Council in the City 8 of Fort Worth has been paid, and that there are no claims pending for personal 9 Injury and/or property damages. 10 11 The acceptance by the Contractor of the individual payment as aforesaid shall 12 operate as and shall release the Owner from all claims or liabilities under the 13 Contract for anything done or furnished or relating to the work under that 14 Work Order or any act or neglect of said City relating to or connected with the 15 Contract. 16 17 The making of the payment by the Owner shall not relieve the Contractor of 18 any guarantees or other requirements of the Contract Documents which 19 specifically continue thereafter. 20 21 Bidder's Initials 22 23 6. BID QUANTITIES AND CONTRACT AWARD 24 Bid quantities of the various items in the proposal are for comparison only and 25 may not reflect the actual quantities. There is no limit to which a bid item can 26 be increased or decreased. 27 28 Contractor shall not be entitled to renegotiation of unit prices regardless of the 29 final measured quantities. To the extent that Articles 10, 11, or 12 conflicts 30 with this provision, this provision controls. No claim will be considered for lost 31 or anticipated profits based upon differences in estimated quantities versus 32 actual quantities. 33 34 Total quantities given in the bid proposal may not reflect actual quantities; 35 however, they are given for the purpose of bidding and awarding the contract. 36 A contract in the amount of $.1,()Gf ,C}i}Q.0fJ shall be awarded with final payment 37 based on actual measured quantities and the unit price bid in this proposal. 38 Moreover, there is to be not limit on the variation between the estimated 39 quantities shown and actual quantities performed. 40 41 7. LIFE OF CONTRACT 42 It is contemplated that Work Orders will be issued to the Contractor for work 43 to be performed under this Contract for not to exceed 365 calendar days 44 following the date of the Contract nor to exceed the limit of the bid price, 45 whichever should occur first. The Contractor shall be required to complete any 46 work covered by a Work Order issued prior to that date of termination but will 47 not be required to accept any work order for execution dated after that date of 48 termination. If the cost of the work performed under this Contract is less than 49 the limit of the contract award at the end of the 365 calendar day period, at CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 12 1 the City's option and the Contractor's concurrence, the Project may bE 2 extended to the limit of the contract award. 3 4 8. OPTION TO RENEW 5 The City has the right to renew this contract for two (2) one-year 6 terms/expenditures of $2,000,000.00 under the same terms, conditions and 7 unit prices. The City shall give at least sixty (60) days notice prior to the s expiration of this contract, determined as one year from the date of execution, 9 or of an option period, or a like notice at such a time as there is less than 10 $20,000.00 left unexpended. 11 12 9. LIQUIDATED DAMAGES 13 The Contractor shall pay liquidated damages of four hundred twenty dollars 14 ($420.00) per day per Work Order, for failure to begin a Work Order within the 15 seven (7) working days of the date the Work Order is faxed to the Contractor. 16 Failure to complete project within the stipulated construction time on the Work 17 Order, the Contractor will pay liquidated damages in the amount stipulated in 18 these contract documents. 19 20 10. TRENCH SAFETY SYSTEM DESIGN 21 Because of the unique nature of this contract, the number of trench safety 22 system designs required is not known at the time bids are received. While the 23 contractor is still bound by the latest version of the U.S. Department of Labor, 24 Occupational Safety and Health Administration Standards, 29 CFR Part 1926, 25 Subpart P-Excavations, it is the City's intention that all costs incurred by the 26 Contractor in acquiring trench safety designs be included in the unit price bid 27 for Job Move In or mobilization. 2s 29 11. IRRIGATION SYSTEMS 30 Disruption of private irrigation systems is inevitable, but should be kept to a 31 minimum where possible. Repairing damage to the irrigation system shall be 32 subsidiary to the price bid per linear foot of pipe. No additional compensation 33 will be allowed. 34 35 36 C. Related Specification Sections include, but are not necessarily limited to: 37 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 38 Contract 39 2. Division 1— General Requirements 40 3. Section 33 12 25 — Connection to Existing Water Mains 41 1.2 PRICE AND PAYMENT PROCEDURES 42 A. Measurement and Payment 43 1. Coordination within Railroad permit areas 44 a. Measurement 45 1) Measurement for this Item will be by lump sum. 46 b. Payment CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 12 1 1) The work performed and materials furnished in accordance with this 2 Item will be paid for at the lump sum price bid for Railroad 3 Coordination. 4 c. The price bid shall include: 5 1) Mobilization 6 2) Inspection 7 3) Safety training 8 4) Additional Insurance 9 5) Insurance Certificates 10 6) Other requirements associated with general coordination with 11 Railroad, including additional employees required to protect the 12 right-of-way and property of the Railroad from damage arising out 13 of and/or from the construction of the Project. 14 2. Railroad Flagmen 15 a. Measurement 16 1) Measurement for this Item will be per working day. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this 19 Item will be paid for each working day that Railroad Flagmen are 20 present at the Site. 21 c. The price bid shall include: 22 1) Coordination for scheduling flagmen 23 2) Flagmen 24 3) Other requirements associated with Railroad 25 3. All other items 26 a. Work associated with these Items is considered subsidiary to the 27 various Items bid. 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 32 of this Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 34 752. High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — Clean 36 Construction Specification 37 1.4 AI)MI XSTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): 41 a. Notify the Texas Department of Transportation prior to commencing any 42 work therein in accordance with the provisions of the permit CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 12 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements, 3, Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to; 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m, to 10:00 a.m. 2. Watch Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 0135 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 12 1 a. The Texas Commission on Environmental Quality (TCEQ), in 2 coordination with the National Weather Service, will issue the Air 3 Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. 4 b. Requirements 5 1) Begin work after 10:00 a.m. whenever construction phasing requires 6 the use of motorized equipment for periods in excess of I hour. 7 2) However, the Contractor may begin work prior to 10:00 a.m. if: 8 a) Use of motorized equipment is less than I hour, or 9 b) If equipment is new and certified by EPA as "Low Emitting", or 10 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel 11 emulsions, or alternative fuels such as CNG. 12 E. TCEQ Air Permit 13 1. Obtain TCEQ Air Permit for construction activities per requirements of 14 TCEQ. 15 F. Use of Explosives, Drop Weight, Etc. 16 1. When Contract Documents permit on the project the following will apply: 17 a. Public Notification 18 1) Submit notice to City and proof of adequate insurance coverage, 24 19 hours prior to commencing. 20 2) Minimum 24 hour public notification in accordance with Section 01 21 3113 22 G. Water Department Coordination 23 1. During the construction of this project, it will be necessary to deactivate, for 24 a period of time, existing lines. The Contractor shall be required to 25 coordinate with the Water Department to determine the best times for 26 deactivating and activating those lines. 27 2. Coordinate any event that will require connecting to or the operation of an 28 existing City water line system with the City's representative. 29 a. Coordination shall be in accordance with Section 33 12 25. 30 b. If needed, obtain a hydrant water meter from the Water Department for 31 use during the life of named project. 32 c. In the event that a water valve on an existing live system be turned off 33 and on to accommodate the construction of the project is required, 34 coordinate this activity through the appropriate City representative. 35 1) Do not operate water line valves of existing water system. 36 a) Failure to comply will render the Contractor in violation of Texas 37 Penal Code Title i, Chapter 28.03 (Criminal Mischief) and the 38 Contractor will be prosecuted to the full extent of the law. 39 b) In addition, the Contractor will assume all liabilities and 40 responsibilities as a result of these actions. 41 H. Public Notification Prior to Beginning Construction 42 1. Prior to beginning construction on any block in the project, on a block by 43 block basis, prepare and deliver a notice or flyer of the pending construction 44 to the front door of each residence or business that will be impacted by 45 construction. The notice shall be prepared as follows CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 013513-& SPECIAL PROJECT PROCEDURES Page 8 of 12 1 a. Post notice or flyer 7 days prior to beginning any construction activity 2 on each block in the project area. 3 1) Prepare flyer on the Contractor's letterhead and include the 4 following information: 5 a) Name of Project 6 b) City Project No (CPN) 7 c) Scope of Project (i.e, type of construction activity) s d) Actual construction duration within the block 9 e) Name of the contractor's foreman and phone number 10 f) Name of the City's inspector and phone number 11 g) City's after-hours phone number 12 2) A sample of the `pre -construction notification' flyer is attached as 13 Exhibit A. 14 3) Submit schedule showing the construction start and finish time for 15 each block of the project to the inspector. 16 4) Deliver flyer to the City Inspector for review prior to distribution. 17 b. No construction will be allowed to begin on any block until the flyer is 18 delivered to all residents of the block. 19 T. Public Notification of Temporary Water Service Interruption during Construction 20 1. In the event it becomes necessary to temporarily shut down water service 21 to residents or businesses during construction, prepare and deliver a notice 22 or flyer of the pending interruption to the front door of each affected 23 resident, 24 2. Prepared notice as follows: 25 a. The notification or flyer shall be posted 24 hours prior to the temporary 26 interruption 27 b. Prepare flyer on the contractor's letterhead and include the following 28 information: 29 1) Name of the project 30 2) City Project Number 31 3) Date of the interruption of service 32 4) Period the interruption will take place 33 5) Name of the contractor's foreman and phone number 34 6) Name of the City's inspector and phone number 35 c. A sample of the temporary water service interruption notification is 36 attached as Exhibit B. 37 d. Deliver a copy of the temporary interruption notification to the City 38 inspector for review prior to being distributed. 39 e. No interruption of water service can occur until the flyer has been 40 delivered to all affected residents and businesses. 41 f. Electronic versions of the sample flyers can be obtained from the Project 42 Construction Inspector. 43 J. Coordination with United States Army Corps of Engineers (U5ACE) 44 1. At locations in the Project where construction activities occur in areas where 45 USACE permits are required, meet all requirements set forth in each 46 designated permit, CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0135 13 - 9 SPECIAL PROJECT PROCEDURES Page 9 of 12 1 K. Coordination within Railroad Permit Areas 2 1. At locations in the project where construction activities occur in areas where 3 railroad permits are required, meet all requirements set forth in each 4 designated railroad permit. This includes, but is not limited to, provisions 5 for: 6 a. Flagmen 7 b. Inspectors s c. Safety training 9 d. Additional insurance 10 e. .Insurance certificates 11 f. Other employees required to protect the right-of-way and property of 12 the Railroad Company from damage arising out of and/or from the 13 construction of the project. Proper utility clearance procedures shall be 14 used in accordance with the permit guidelines. 15 2. Obtain any supplemental information needed to comply with the railroad's 16 requirements. 17 3. Railroad Flagmen 18 a. Submit receipts to City for verification of working days that railroad 19 flagmen were present on Site. 20 L. Dust Control 21 1. Use acceptable measures to control dust at the Site. 22 a. If water is used to control dust, capture and properly dispose of waste 23 water. 24 b. If wet saw cutting is performed, capture and properly dispose of slurry. 25 M. Employee Parking 26 1. Provide parking for employees at locations approved by the City. 27 N. {Coordination with Forth Central Texas Council of Governments (NCTCOG) 28 Clean Construction Specification [if required for the project — verify with City] 29 1. Comply with equipment, operational, reporting and enforcement 30 requirements set forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0135 13 - I0 SPECIAL PROJECT PROCEDURES Page 10 of 12 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] 5 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11FIELD [SITE] CONDITIONS [NOT USED] 8 1.12WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] Io DART 3 - EXECUTION [NOT USED] II 12 13 END OF SECT ION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13 — Added requirernent of compliance with Health and Safety Corte, Title 9. Safety, Subtitle A. Public ,Safety, Chapter 752. High Voltage Overhead Lines. I.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 11 SPECIAL PROJECT PROCEDURES Page 11 of 12 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. [CITY INSPECTOR> AT C TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 I Pa 3 4 0135 13 - 12 SPECIAL PROJECT PROCEDURES Page 12 of 12 EXHIBIT B FORT WORTH Don 210..=CX ftcle" 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) MA, MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR MSERR2019 City Proj ect Number 102196 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART I - 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. Due to the unique nature of this contract, each street use permit will be 12 paid at the pre -bid unit price bid per each. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 15 Contract 16 2. Division 1— General Requirements 17 3. Section 34 71 13 — Traffic Control 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 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end 26 of this specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Traffic Control 30 1. General 31 a. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 b. When traffic control plans are not included in the Drawings, prepare 34 traffic control plans in accordance with Section 34 7113 and submit to 35 City for review. 36 1) Allow minimum 10 working days for review of proposed Traffic 37 Control. CITY OF FORT WORT14 MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 B. Street Use Permit 2 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City 4 Transportation and Public Works Department. 5 1) Allow a minimum of 5 working days for permit review. 6 2) Contractor's responsibility to coordinate review of Traffic Control 7 plans for Street Use Permit, such that construction is not delayed. 9 C. Modification to Approved Traffic Control 9 1. Prior to installation traffic control: 10 a. Submit revised traffic control plans to City Department Transportation 11 and Public Works Department. 12 1) Revise Traffic Control plans in accordance with Section 34 71 13. 13 2) Allow minimum 5 working days for review of revised Traffic Control. 14 3) It is the Contractor's responsibility to coordinate review of Traffic 15 Control plans for Street Use Permit, such that construction is not 16 delayed. 17 D. Removal of Street Sign 18 1. If it is determined that a street sign must be removed for construction, then 19 contact City Transportation and Public Works Department, Signs and 20 Markings Division to remove the sign. 21 E. Temporary Signage 22 1. In the case of regulatory signs, replace permanent sign with temporary sign 23 meeting requirements of the latest edition of the Texas Manual on Uniform 24 Traffic Control Devices (MUTCD). 25 2. Install temporary sign before the removal of permanent sign. 26 3. When construction is complete, to the extent that the permanent sign can 27 be reinstalled, contact the City Transportation and Public Works 28 Department, Signs and Markings Division, to reinstall the permanent sign. 29 F Traffic Control Standards 30 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 1 2 3 4 5 6 8 w 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMIT TALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] I.11FI1E! D [SITE] CONDITIONS [NOT USED] 1.12WARRAiNTY [NOT USED] PART 2 A PRODUCTS [140T USED] io PART 3 a EXECUTION (NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT'WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Nmuber 102196 017000-1 MOBILIZATION AND RFMOBILIZATION Page I of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY s A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site 10 2) Establishment of necessary general facilities for the Contractor's 11 operation at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's 16 operation from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating 19 supplies away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site 22 for this Contract 23 c. Mobilization and Demobilization do not include activities for specific 24 items of work that are for which payment is provided elsewhere in the 25 contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the 28 Contract Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel, equipment, and 31 operating supplies from the Site including disassembly or 32 temporarily securing equipment, supplies, and other facilities as 33 designated by the Contract Documents necessary to suspend 34 the Work. 35 b) Site Clean-up as designated in the Contract Documents 36 2) Remobilization 37 a) Transportation of Contractor's personnel, equipment, and 38 operating supplies to the Site necessary to resume the Work. 39 b) Establishment of necessary general facilities for the Contractor's 40 operation at the Site necessary to resume the Work. 41 3) No Payments will be made for: 42 a) Mobilization and Demobilization from one location to another on 43 the Site in the normal progress of performing the Work. CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 b) Stand-by or idle time 2 c) Lost profits 3 3. Mobilizations and Demobilization for Miscellaneous Projects 4 a. Mobilization and Demobilization 5 1) Mobilization shall consist of the activities and cost on a Work Order 6 basis necessary for: 7 a) Transportation of Contractor's personnel, equipment, and s operating supplies to the Site for the issued Work Order. 9 b) Establishment of necessary general facilities for the Contractor's 10 operation at the Site for the issued Work Order 11 2) Demobilization shall consist of the activities and cost necessary for: 12 a) Transportation of Contractor's personnel, equipment, and 13 operating supplies from the Site including disassembly for each 14 issued Work Order 15 b) Site Cleanup for each issued Work Order 16 c) Removal of all buildings or other facilities assembled at the Site 17 for each Work Oder 18 b. Mobilization and Demobilization do not include activities for specific 19 items of work for which payment is provided elsewhere in the contract. 20 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 21 a. A Mobilization for Miscellaneous Projects when directed by the City and 22 the mobilization occurs within 24 hours of the issuance of the Work 23 Order. 24 B. Deviations from this City of Fort Worth Standard Specification 25 Part 1 — General 26 1.1 Summary 27 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 28 a. Contractor to emergency mobilize within 24 hours of notification by Project 29 Manager. (Not issuance of work order) 30 31 1.2 Price and Payment Procedures 32 A. Measurement and Payment 33 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 34 e. After the emergency work order has been complete, there will be no 35 additional mobilization charges paid to remobilize back to the previous project 36 location site . 37 C. Related Specification Sections include, but are not necessarily limited to: 38 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 39 Contract 40 2. Division 1— General Requirements 41 1.2 PRICE AND PAYMENT PROCEDURES 42 A. Measurement and Payment 43 1. Mobilization and Demobilization CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 a. Measure 2 1) This Item is considered subsidiary to the various Items bid, 3 b. Payment 4 1) The work performed and materials furnished in accordance with this 5 Item are subsidiary to the various Items bid and no other 6 compensation will be allowed. 7 2. Remobilization for suspension of Work as specifically required in the s Contract Documents 9 a. Measurement 10 1) Measurement for this Item shall be per each remobilization 11 performed. 12 b. Payment 13 1) The work performed and materials furnished in ,accordance with this 14 Item and measured as provided under "Measurement" will be paid 15 for at the unit price per each "Specified Remobilization" in 16 accordance with Contract Documents. 17 c. The price shall include: 18 1) Demobilization as described in Section 1.1.A.2.a.1) 19 2) Remobilization as described in Section LLA.2.a.2) 20 d. No payments will be made for standby, idle time, or lost profits 21 associated this Item. 22 3, Remobilization for suspension of Work as required by City 23 a. Measurement and Payment 24 1) This shall be submitted as a Contract Claim in accordance with 25 Article 10 of Section 00 72 00. 26 2) No payments will be made for standby, idle time, or lost profits 27 associated with this Item. 28 4. Mobilizations and Demobilizations for Miscellaneous Projects 29 a. Measurement 30 1) Measurement for this Item shall be for each Mobilization and 31 Demobilization required by the Contract Documents 32 b. Payment 33 1) The Work performed and materials furnished in accordance with 34 this Item and measured as provided under "Measurement" will be 35 paid for at the unit price per each "Work Order Mobilization" in 36 accordance with Contract Documents. Demobilization shall be 37 considered subsidiary to mobilization and shall not be paid for 38 separately. 39 c. The price shall include: 40 1) Mobilization as described in Section 1.1.A.3.a.1) 41 2) Demobilization as described in Section 1.1.A.3,a.2) 42 d. No payments will be made for standby, idle time, or lost profits 43 associated this Item. 44 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 45 a. Measurement 46 1) Measurement for this Item shall be for each Mobilization and 47 Demobilization required by the Contract Documents CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 20I2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section i.1.A.4.a) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS (NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1..7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE f KT-ERIAL SUBMITTALS [CBOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.101DELIVERY, STORAGE, ARID HANDLING [NOT USED] 1.11EIELD [SITE] CONDITIONS [CBOT USED] 1.12WARRANTY [NOT USED] PARS' 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECITICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 0241 14 - 1 UTILITY REMOVAL/ABANDONMENT Page 1 of I7 I OSECTI©N 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART I m GENERAL 4 1..1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following 7 utilities: 8 a. Cathodic Protection Test Stations 9 b. Water Lines 10 c. Gate Valves I I d. Water Valves 12 e. Fire Hydrants 13 f. Water Meters and Meter Box 14 g. Water Sampling Station 15 h. Concrete Water Vaults 16 i. Sanitary Sewer Lines 17 j. Sanitary Sewer Manholes 18 k. Sanitary Sewer Junction Boxes 19 I. Storm Sewer Lines 20 m. Storm Sewer Manhole Risers 21 n. Storm Sewer Junction Boxes 22 o. Storm Sewer Inlets 23 p. Box Culverts 24 q. Headwalls and Safety End Treatments 25 r. Trench Drains 26 B. Deviations from this City of Fort Worth Standard Specification 27 Part 1— General 28 1.1 Price and Payment Procedures 29 B. Water Lines and Appurtenances 30 9. Concrete Water Vault Removal 31 a. Measurement 32 1.) Measurement will be for large concrete vaults. No payment for small 33 concrete water meter vaults (boxes) housing 2" or smaller water meters. 34 C. Sanitary Sewer Lines and Appurtenances 35 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment 36 Plug 37 a. Measurement 38 1.) Measurement per each cut & plug and abandonment plug installed only in 39 a separate trench. 40 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14-2 UTILITY REMOVAIJABANDONMENT Page 2 of 17 1 3.4 Removal, Salvage and Abandonment 2 B. Water Lines and Appurtenances 3 5. Should read "Water Valve Abandonment" 4 6. Water Valve Removal and salvage s e. Do not fill, valve is removed. 6 C. Related Specification Sections include, but are not necessarily limited to: 7 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 8 Contract 9 2. Division 1— General Requirements 10 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 11 4. Section 33 05 10 -- Utility Trench Excavation, Embedment and Backfill 12 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner 13 Plate 14 6. Section 33 11 11— Ductile Iron Fittings 1s 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder 16 Type 17 8. Section 33 11 14 — Buried Steel Pipe and Fittings 18 9. Section 33 12 25 — Connection to Existing Water Mains 19 1.2 PRITCE AND PAYMENT PROCEDURES 20 A. Utility Lines 21 1. Abandonment of Utility Line by Grouting 22 a. Measurement 23 1) Measurement for this Item shall be per cubic yard of existing utility 24 line to be .grouted. Measure by tickets showing cubic yards of grout 25 applied. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under "Measurement" shall be paid 29 for at the unit price per cubic yard of "Line Grouting" for: 30 a) Various types of utility line 31 c. The price bid shall include: 32 1) Low density cellular grout or CLSM 33 2) Water 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess materials 38 7) Furnishing, placement and compaction of backfill 39 8) Clean-up 40 2. Utility Line Removal, Separate Trench 41 a. Measurement 42 1) Measurement for this Item shall be per linear foot of existing utility 43 line to be removed. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 17 1 b. Payment 2 1) The work performed and materials furnished in accordance with this 3 Item and measured as provided under "Measurement" shall be paid 4 for at the unit price bid per linear foot of "Remove fine" for: 5 a) Various types of existing utility line 6 b) Various sizes 7 c. The price bid shall include: s 1) Removal and disposal of existing utility pipe 9 2) Pavement removal 10 3) Excavation 11 4) Hauling 12 5) Disposal of excess materials 13 6) Furnishing, placement and compaction of backfrll 14 7) Clean-up 15 3. Utility Line Removal, Same Trench 16 a. Measurement 17 1) This Item is considered subsidiary the proposed utility line being 18 installed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this 21 Item are subsidiary to the installation of proposed utility pipe and 22 shall be subsidiary to the unit price bid per linear foot of pipe 23 complete in place, and no other compensation will be allowed. 24 4. Manhole Abandonment 25 a. Measurement 26 1) Measurement for this Item will be per each manhole to be 27 abandoned. 28 b, Payment 29 1) The work performed and materials furnished in accordance with this 30 Item and measured as provided under "Measurement" shall be paid 31 for at the unit price bid per each "Abandon Manhole" for: 32 a) Various diameters 33 b) Various types 34 c. The price bid shall include: 35 1) Removal and disposal of manhole cone 36 2) Removal, salvage and delivery of frame and cover to City, if 37 applicable 38 3) Cutting and plugging of existing sewer lines 39 4) Concrete 40 5) Acceptable material for backfilling manhole void 41 6) Pavement removal 42 7) Excavation 43 8) Hauling 44 9) Disposal of excess materials 45 10) Furnishing, placement and compaction of backfill 46 11) Surface restoration 47 12) Cleanup CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 17 1 5. Cathodic Test Station Abandonment 2 a. Measurement 3 1) Measurement for this Item will be per each cathodic test station to 4 be abandoned. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under "Measurement" shall be paid 8 for at the unit price bid per each "Abandon Cathodic Test Station". 9 c. The price bid shall include: 10 1) Abandon cathodic test station 11 2) CLSM 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials 16 7) Furnishing, placement and compaction of backfll 17 8) Clean-up 18 B. Water Lines and Appurtenances 19 1. Installation of a Water Line Pressure Plug 20 a. Measurement 21 1) Measurement for this Item shall be per each pressure plug to be 22 installed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under "Measurement" shall be paid 26 for at the unit price bid for each "Pressure Plug" installed for: 27 a) Various sizes 28 c. The price bid shall include: 29 1) Furnishing and installing pressure plug 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) Disposal of excess material 34 6) Gaskets 35 7) Bolts and Nuts 36 8) Furnishing, placement and compaction of embedment 37 9) Furnishing, placement and compaction of backfill 38 10) Disinfection 39 11)Testing 40 12) Clean-up 41 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 42 a. Measurement 43 1) Measurement for this Item shall be per each cut and abandonment 44 plug installed. 45 b. Payment CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14 - 5 UTILITY REMOVAL/ABANDONMENT Page 5 of 17 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under "Measurement" shall be paid 3 for at the unit price bid for each "Water Abandonment Plug" 4 installed for: 5 a) Various sizes 6 c. The price bid shall include: 7 1) Furnishing and installing abandonment plug 8 2) Pavement removal 9 3) Excavation 10 4) Hauling 11 5) CLSM 12 6) Disposal of excess material 13 7) Furnishing, placement and compaction of backfill 14 8) Clean-up 15 3. Water Valve Removal 16 a. Measurement 17 1) Measurement for this Item will be per each water valve to be 18 removed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this 21 .Item and measured as provided under "Measurement" shall be paid 22 for at the unit price bid per each "Remove Water Valve" for: 23 a) Various sizes 24 c. The price bid shall include: 25 1) Removal and disposal of valve 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 4. Water Valve Removal and Salvage 34 a. Measurement 35 1) Measurement for this Item will be per each water valve to be 36 removed and salvaged. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under "Measurement" shall be paid 40 for at the unit price bid per each "Salvage Water Valve" for: 4I a) Various sizes 42 c. The price bid shall include: 43 1) Removal and Salvage of valve 44 2) CLSM 45 3) Delivery to City 46 4) Pavement removal 47 5) Excavation CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 17 1 6) Hauling 2 7) Disposal of excess materials 3 8) Furnishing, placement and compaction of backfill 4 9) Cleanup 5 5. Water Valve Abandonment 6 a, Measurement 7 1) Measurement for this Item will be per each water valve to be 8 abandoned. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this 11 Item and measured as provided under "Measurement" shall be paid 12 for at the unit price bid per each "Abandon Water Valve" for: 13 a) Various Sizes 14 c. The price bid shall include: 15 1) Abandonment of valve 16 2) CLSM 17 3) Pavement removal 18 4) Excavation 19 5) Hauling 20 6) Disposal of excess materials 21 7) Furnishing, placement and compaction of backfill 22 8) Clean-up 23 6. Fire Hydrant Removal and Salvage 24 a. Measurement 25 1) Measurement for this Item will be per each fire hydrant to be 26 removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this 29 Item and measured as provided under "Measurement" shall be paid 30 for at the unit price bid per each "Salvage Fire Hydrant". 31 c. The price bid shall include: 32 1) Removal and salvage of fire hydrant 33 2) Delivery to City 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess materials 38 7) Furnishing, placement and compaction of backfill 39 8) Clean-up 40 7. Water Meter Removal and Salvage 41 a. Measurement 42 1) Measurement for this Item will be per each water meter to be 43 removed and salvaged. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this 46 Item and measured as provided under "Measurement" shall be paid 47 for at the unit price bid per each "Salvage Water Meter" for: CITY OF PORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of 17 1 a) Various sizes 2 2) If a "Water Meter Service Relocate" is performed in accordance with 3 Section 33 12 10, removal and salvage or disposal of the existing (2- 4 inch or smaller) water meter shall be subsidiary to the cost of the 5 "Water Meter Service Relocate', no other compensation will be 6 allowed. 7 c. The price bid shall include: 8 1) Removal and salvage of water meter 9 2) Delivery to City 10 3) Pavement removal 11 4) Excavation 12 5) Hauling 13 6) Disposal of excess materials 14 7) Furnishing, placement and compaction of backfill 15 8) Clean-up 16 8. Water Sampling Station Removal and Salvage 17 a. Measurement 1s 1) Measurement for this Item will be per each water sampling station 19 to be removed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this 22 Item and measured as provided under "Measurement" shall be paid 23 for at the unit price bid per each "Salvage Water Sampling Station". 24 c. The price bid shall include. 25 1) Removal and salvage of water sampling station 26 2) Delivery to City 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 9. Concrete Water Vault Removal 34 a. Measurement 35 1) Measurement for this Item will be per each concrete water vault to 36 be removed. 37 b. Payment 39 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under "Measurement" shall be paid 40 for at the unit price bid per each "Remove Concrete Water Vault". 41 c. The price bid shall include: 42 1) Removal and disposal of concrete water vault 43 2) Removal, salvage and delivery of frame and cover to City, if 44 applicable 45 3) Removal, salvage and delivery of any valves to City, if applicable 46 4) Removal, salvage and delivery of any water meters to City, if 47 applicable CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 024114-8 UTILITY RF-MOVALIABANDONMENT Page 8 of 17 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfrll 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall ,be paid for at the unit price bid for each "Sewer Abandonment Plug" for. a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfll 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include:, 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfrll 9) Clean-up CITY OF FORT WORTH STANDARD CONSTRIUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 0241 14 - 9 UTILITY REMOVAUABANDONMENT Page 9 of I7 1 3. Sanitary Sewer Junction Structure Removal 2 a, Measurement 3 1) Measurement for this Item will be per each sanitary sewer junction 4 structure being removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under "Measurement" shall be paid 8 for at the lump sum bid per each "Remove Sewer Junction Box" 9 location. 10 c. The price bid shall include: 11 1) Removal and disposal of junction box 12 2) Removal, salvage and delivery of frame and cover to City. 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing, placement and compaction of backfll 18 8) Clean-up 19 D. Storm Sewer Lines and Appurtenances 20 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment 21 Plug 22 a. Measurement 23 1) Measurement for this Item shall be per each cut and abandonment 24 plug to be installed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item and measured as provided under "Measurement" shall be paid 28 for at the unit price bid for each "Storm Abandonment Plug" 29 installed for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Furnishing and installing abandonment plug 33 2) Pavement removal 34 3) Excavation 35 4) Hauling 36 5) CLSM 37 6) Disposal of excess material 38 7) Furnishing, placement and compaction of backfill 39 8) Clean-up 40 2. Storm Sewer Manhole Removal 41 a. Measurement 42 1) Measurement for this Item will be per each storm sewer manhole to 43 be removed. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this 46 Item and measured as provided under "Measurement" shall be paid 47 for at the unit price bid per each "Remove Manhole Riser" for: CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 20I2 1 2 3 4 5 6 7 8 9 10 11 12 0 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0241 14 - 10 UTILITY REMOVALIABANDONMENT Page 10 of 17 a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 02 41 14 - 11 UTILITY REMOVAIJABANDONMENT Page I I of 17 1 7) Furnishing, placement and compaction of backfill 2 8) Clean-up 3 5. Storm Sewer Inlet Removal 4 a. Measurement 5 1) Measurement for this Item will be per each storm sewer inlet to be 6 removed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this 9 Item and measured as provided under "Measurement" shall be paid 10 for at the unit price bid per each "Remove Storm Inlet" for: I 1 a) Various types 12 b) Various sizes 13 c. The price bid shall include: 14 1) Removal and disposal of inlet 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials I9 6) Furnishing, placement and compaction of backfill 20 7) Clean-up 21 6. Storm Sewer Junction Box Removal 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of existing storm 24 sewer box to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item and measured as provided under "Measurement" shall be paid 28 for at the unit price bid per linear foot of "Remove Storm Junction 29 Box" for ail sizes. 30 c. The price bid shall include: 31 1) Removal and disposal of Storm Sewer Box 32 2) Pavement removal 33 3) Excavation 34 4) Hauling 35 5) Disposal of excess materials 36 6) Furnishing, placement and compaction of backfill 37 7) Clean-up 38 7. Headwall/SET Removal 39 a. Measurement 40 1) Measurement for this Item will be per each headwall or safety end 41 treatment (SET) to be removed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this 44 Item and measured as provided under "Measurement" shall be paid 45 for at the unit price bid per each "Remove Headwall/SET". 46 c. The price bid shall include: 47 1) Removal and disposal of Headwall/SET CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 02 41 14 - 12 UTILITY REMOVAIJABANDONMENT Page 12 of 17 1 2) Pavement removal 2 3) Excavation 3 4) Hauling 4 5) Disposal of excess materials 5 fi) Furnishing, placement and compaction of back -fill 6 7) Clean-up 7 8. Trench Drain Removal 8 a. Measurement 9 1) Measurement for this Item shall be per linear foot of storm sewer 10 trench drain to be removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this 13 Item and measured as provided under "Measurement" shall be paid 14 for at the unit price bid per linear foot of "Remove Trench Drain" 15 for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Removal and disposal of storm sewer line 19 2) Pavement removal 20 3) Excavation 21 4) Hauling 22 5) Disposal of excess materials 23 5) Furnishing, placement and compaction of backfill 24 7) Clean-up 25 1.3 REFERENCES [NOT USED] 26 1.4. ADMINISTRATIVE REQUIREMENTS 27 A. Coordination 28 1. Contact Inspector and the Water Department Field Operation Storage Yard 29 for coordination of salvage material return. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/IN FORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.5 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10DELIVERY, STORAGE, AND HANDLING 36 A. Storage and Handling Requirements 37 1. Protect and salvage all materials such that no damage occurs during 38 delivery to the City. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 0241 14 - I3 UTILITY REMOVAL/ABANDONMENT Page 13 of 17 1 1.11FIELD [SITE] CONDITIONS [NOT USED] 2 1.12WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 0 EXECUTION 9 3.1 INSTALLERS [N®1 USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 A. General 14 1. Manhole Abandonment 15 a. All manholes that are to be taken out of service are to be removed 16 unless specifically requested and/or approved by City. 17 b. Excavate and backfill in accordance with Section 33 05 10. 18 c. Remove and salvage manhole frame and cover as coordinated with City. 19 d. Deliver salvaged material to the City. 20 e. Cut and plug sewer lines to be abandoned. 21 f. Backfill manhole void in accordance with City Standard Details. 22 B. Water Lines and Appurtenances 23 1. Water Line Pressure Plugs 24 a. Ductile Iron Water Lines 25 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 26 2) Plug with an MJ Plug with mechanical restraint and blocking in 27 accordance with Section 33 1111. 28 3) Perform Cut and Plug in accordance with Section 33 12 25. 29 b. PVC C900 and C905 Water Lines 30 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 31 2) Plug with an MJ Plug with mechanical restraint and blocking in 32 accordance with Section 33 11 11. 33 3) Perform Cut and Plug in accordance with Section 33 12 25. 34 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 35 1) Excavate, embed, and backfill in accordance with Section 33 05 10 36 2) Plug using: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 17 1 a) A fabricated plug restrained by welding or by a Snap Ring in 2 accordance with Section 33 11 13; or 3 b) A blind flange in accordance with Section 33 11 13 4 3) Perform Cut and Plug in accordance with Section 33 12 25. 5 d. Buried Steel Water Lines 6 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 7 2) Plug using: 8 a) A fabricated plug restrained by welding in accordance with 9 Section 33 11 14; or 10 b) A blind flange in accordance with Section 33 11 14 11 3) Perform Cut and Plug in accordance with Section 33 12 25. 12 2. Water Line Abandonment Plug 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Plug with CLSM in accordance with Section 03 34 13. 15 3. Water Line Abandonment by Grouting 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Dewater from existing line to be grouted. 18 c. Fill line with Low Density Cellular Grout in accordance with Section 33 19 05 24 or CLSM in accordance with 03 34 13. 20 d. Dispose of any excess material. 21 4. Water Line Removal 22 a. Excavate and backfill in accordance with Section 33 05 10. 23 b. Cut existing line from the utility system prior to removal. 24 c. Cut any services prior to removal. 25 d. Remove existing pipe line and properly dispose as approved by City. 26 5. Water Valve Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and dispose of valve bonnet, wedge and stem. 29 c. Fill valve body with CLSM in accordance with Section 03 34 13. 30 6. Water Valve Removal and Salvage 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Remove valve bonnet, wedge and stem. 33 c, Deliver salvaged material to the Water Department Field Operation 34 Storage Yard. 35 d. Protect salvaged materials from damage. 36 e. Fill valve body with CLSM in accordance with Section 03 34 13. 37 7. Water Valve Abandonment 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove the top 2 feet of the valve stack and any valve extensions. 40 c. Fill the remaining valve stack with CLSM in accordance with Section 03 41 3413. 42 8. Fire Hydrant Removal and Salvage 43 a. Excavate and backfill in accordance with Section 33 05 10. 44 b. Remove Fire Hydrant. 45 c. Place abandonment plug on fire hydrant lead line. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 02 41 14 - 15 UTILITY REMOVAL/ABANDONMENT Page I5 of 17 1 d. Deliver salvaged fire hydrant to the Water Department Field Operation 2 Storage Yard. 3 e. Protect salvaged materials from damage. 4 9. Water Meter Removal and Salvage 5 a. Remove and salvage water meter. 6 b. Return salvaged meter to Project Representative. 7 c. City will provide replacement meter for installation. 8 d. Meter Box and Lid 9 1) Remove and salvage cast iron meter box lid. 10 2) Remove and dispose of any non -cast iron meter box lid. 11 3) Return salvaged material to the Water Department Field Operation 12 Storage Yard. 13 4) Remove and dispose of meter box. 14 10. Water Sample Station Removal and Salvage 15 a. Remove and salvage existing water sample station. 16 b. Deliver salvaged material to the Water Department Field Operation 17 Storage Yard. 18 11. Concrete Water Vault Removal 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove and salvage vault lid. 21 c. Remove and salvage valves. 22 d. Remove and salvage meters. 23 e. Deliver salvaged material to the Water Department Field operation 24 Storage Yard. 25 f. Remove and dispose of any piping or other appurtenances. 26 g. Demolish and remove entire concrete vault. 27 h. Dispose of all excess materials. 28 12. Cathodic Test Station Abandonment 29 a. Excavate and backfill in accordance with Section 33 05 10 30 b. Remove the top 2 feet of the cathodic test station stack and contents. 31 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13, 32 C. Sanitary Sewer Lines and Appurtenances 33 1. Sanitary Sewer Line Abandonment Plug 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove and dispose of any sewage. 36 c. Plug with CLSM in accordance with Section 03 34 13. 37 2. Sanitary Sewer Line Abandonment by Grouting 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Dewater and dispose of any sewage from the existing line to be 40 grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 42 05 24 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 3. Sanitary Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 17 b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. C1TY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 02 41 14 - 17 UTILITY REMOVAL/ABANDONMENT Page 17 of 17 b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL. 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD3USTINO [NOT USED] 3.10CLEANINU [NOT USED] 3.11CLOSEOUT ACTIVITIES [NOT USED] 3.12PROTECTION [NOT USED] 3.13MAINTENANCE [SLOT USED] 3.14A TACHMENTS (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. — Include Frame and Cover in Payment description 'Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City iI CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 320117-1 PERMANENT ASPHALT PAVING REPAIR Page I of 6 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART 1 W GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.2 Price and Payment Procedures 14 A. Measurement and Payment 15 2. Asphalt Pavement Repair for Utility Service Trench 16 a. Measurement 17 1) To apply to water service lines also. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 — General Requirements 22 3. Section 03 34 16 — Concrete Base Material for Trench Repair 23 4. Section 32 12 16 — Asphalt Paving 24 5. Section 32 13 13 — Concrete Paving 25 6. Section 33 05 10 -- Utility Trench Excavation, Embedment and Backfill 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Asphalt Pavement Repair 29 a. Measurement 30 1) Measurement for this Item will be by the linear foot of Asphalt 31 Pavement Repair based on the defined width and roadway 32 classification specified in the Drawings. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under "Measurement" will be paid 36 for at the unit price bid price per linear foot of Asphalt Pavement 37 Repair. 38 c. The price bid shall include: 39 1) Preparing final surfaces CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of 'Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 3201 17 - 3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 5) Materials and work needed for corrective action 2 6) Trial batches 3 7) Tack coat 4 8) Removal and/or sweeping excess material 5 4. Extra Width Asphalt Pavement Repair 6 a. Measurement 7 1) Measurement for this Item will be by the square yard for surface 8 repair (does not include base repair) for: 9 a) Various thicknesses 10 b. Payment 11 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under "Measurement" will be paid 13 for at the unit price bid per square yard of Extra Width Asphalt 14 Pavement Repair 15 c. The price bid shall include: 16 1) Preparing final surfaces 17 2) Furnishing, loading, unloading, storing, hauling and handling all 18 materials including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt, aggregate, and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 25 1.3 REFERENCES 76 A. Definitions 27 1, H.M.A.C. — Hot Mix Asphalt Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Permitting 30 , 1. Obtain Street Use Permit to make utility cuts in the street from the 31 Transportation and Public Works Department in conformance with current 32 ordinances. 33 2. The Transportation and Public Works Department will inspect the paving 34 repair after construction. 35 1.5 SUUMXITALS [NOT USED) 36 1.6 ACTION SURi - XTTALS/INFORMATIONAL SUBMITTALS 37 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 38 31.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102I96 Revised December 20, 2012 3201 17 - 4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1 1.11DELIVEll Y, STORAGE, AND HANDLING [NOT USED] 2 1.12FIELD CONDITIONS 3 A. Place mixture when the roadway surface temperature is 45 degrees F or higher 4 and rising unless otherwise approved. 5 1.13WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER -FURNISHED [NOT USED] 8 2.2 MATERIALS 9 A. Backfill 10 1. See Section 33 05 10. 11 B. Base Material 12 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 13 2. Concrete Base: See Section 32 13 13. 14 C. Asphalt Paving: see Section 32 12 16. 15 1. H.M.A.C. paving: Type D. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARA 1 ION 22 A. Surface Preparation 23 1. Mark pavement cut for repairs for approval by the City. 24 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 25 3.4 INSTALLATION 26 A. General 27 1. Equipment 28 a. Use machine intended for cutting pavement. 29 b. Milling machines may be used as long as straight edge is maintained, 30 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 31 3. Utility Cuts 32 a. In a true and straight line on both sides of the trench CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 NJ 3201 17 - 5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 6 1 b. Minimum of 12 inches outside the trench walls 2 c. If the existing flexible pavement is 2 feet or less between the lip of the 3 existing gutter and the edge of the trench repair, remove the existing 4 paving to such gutter. 5 4. Limit dust and residues from sawing from entering the atmosphere or 6 drainage facilities. 7 B. Removal s 1. Use care to prevent fracturing existing pavement structure adjacent to the 9 repair area. Io C. Base 11 1. Install replacement base material as specified in Drawings. 12 D. Asphalt Paving 13 1. H.M.A.0 placement: in accordance with Section 32 12 16 14 2. Type D surface mix 15 3. Depth: as specified in Drawings 16 4. Place surface mix in lifts not to exceed 3 inches. 17 5. Last or top lift shall not be less than 2 inches thick. Is 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 AD3USTING [NOT USED] 23 3.10CLEANING [NOT USED] 24 3.11CLOSEOUT ACTIVITIES [NOT USED] 25 3.12PROTECTION [NOT USED] 26 3.13MAINTENANCE [NOT USED] 27 3.14AT TACHMENTS [NOT USED] 28 29 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 320117-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF PORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 B 320118-1 TEMPORARY ASPHALT PAVING REPAIR Page I of 4 1 SECTION 32 0113 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1 d GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets 7 programmed for total reconstruction under a Capital Improvement Program 8 or resurfacing under a Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of 11 construction. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. 2" Temporary Pavement Repair to include, 2" HMAC Type D and 6" Type B 14 Flex Base Material Grade 2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 - General Requirements 19 3. Section 32 1123 - Flexible Base Courses 20 4. Section 32 12 16 - Asphalt Paving 21 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Measurement for this Item shall be by the linear foot of Temporary 26 Asphalt Paving Repair. 27 2. Payment 28 a. The work performed and materials furnished in accordance with this 29 Item and measured as provided under "Measurement" will be paid for at 30 the unit price bid per linear foot of Temporary Asphalt Paving Repair. 31 No additional payment will be provided for repairs of damage to 32 adjacent pavement caused by the Contractor. 33 3. The price bid shall include: 34 a. Preparing final surfaces 35 b. Furnishing, loading, unloading, storing, hauling and handling all 36 materials including freight and royalty 37 c. Traffic control for all testing 38 d. Asphalt, aggregate, and additive CITY" OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 3201 18 -2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 4 1 e. Materials and work needed for corrective action 2 f. Trial batches 3 g. Tack coat 4 h. Removal and/or sweeping excess material 5 6 1.3 REFERENCES 7 A. Definitions s 1. H.M.A.C. — Hot Mix Asphalt Concrete 9 1.4 ADMINISTRATIVE REQUIREMENTS 10 A. Permitting 11 1. Obtain Street Use Permit to make utility cuts in the street from the 12 Transportation and Public Works Department in conformance with current 13 ordinances. 14 2. The Transportation and Public Works Department will inspect the paving 15 repair after construction. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. Asphalt Pavement Mix Design. submit for approval. Section 32 12 16. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [RIOT USED] 21 1.9 QUALITY ASSURANCE [RIOT USED] 22 1.10DELIVERY, STORAGE, ARID HANDLING [NOT USED] 23 1.11FIELD CONDITIONS 24 A. Weather Conditions: Place mixture when the roadway surface temperature is 25 40 degrees F or higher and rising unless otherwise approved. 26 1=12WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED [RIOT USED] 29 2.2 MATERIALS 30 A. Backfill: see Section 33 05 10. 31 B. Base Material 32 1. Flexible Base: Use existing base and add new flexible base as required in 33 accordance with Section 32 1123. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 I 3201 I8-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 4 1 C. Asphalt Concrete: See Section 32 12 16. 2 1. H.M.A.C. paving: Type D. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALI T Y CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [MOT USED] 7 3.2 EXAMXNATION [NOT USED] 8 3.3 PREPARA T ION [NOT USED] 9 3.4 INSTALLATION 10 A. Removal 11 1. Use an approved method that produces a neat edge. 12 2. Use care to prevent fracturing existing pavement structure adjacent to the 13 repair area. 14 B. Base 15 1. Install flexible base material per detail. 16 2. See Section 32 1123. 17 C. Apshalt Paving 18 1. H.M.A.C. placement: in accordance with Section 32 12 16. 19 2. Type D surface mix. 20 3.5 REPAIR/ RESTORATION [NOT USED] 21 3.6 LSE -INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10CLEANING [NOT USED] 26 3.11CLOSEOUT ACTIVITIES [NOT USED] 27 3.12PROTIE=CT'ION [NOT USED] 2s 3.13MAINTENANCE [NOT USED] 29 3.14ATrACHMENTS [NOT USED] 30 END OIL SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR20I9 City Project Number 102196 320119-4 TEMPORARY ASPHALT PAVING REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A —Modified. Items to be included in price bid CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 r 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 32 17 23 - I PAVEMENT MARKINGS Page 1 of 11 5 A- Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. For Miscellaneous Water and Sewer Contracts, all Pavement Markings 16 repairs and replacements shall be subsidiary to the appropriate pavement 17 repair bid item. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division. I — General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A_ Measurement and Payment 23 1. Pavement Markings 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot of material placed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" shall be paid for at the 29 unit price bid per linear foot of "Pvmt Marking" installed for: 30 a) Various 'Widths 31 b) Various Types 32 c) Various Materials 33 d) Various Colors 34 c. The price bid shall include: 35 1) Installation of Pavement Marking 36 2) Glass beads, when required 37 3) Surface preparation 38 4) Clean-up 39 5) Testing (when required) 40 2. Legends 41 a. Measurement CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 17 23 - 2 PAVEMENT MARKfNGS Page 2 of 1 i 1) Measurement for this Item shall be per each Legend installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: I) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 MSERR2019 City Project Number 102196 32 17 23 - 3 PAVEMENT MARKINGS, Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. I b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 2I 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 33 34 35 36 A, Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (MUTCD)_, 2011 Edition 37 a. Part 3, Markings 38 3. American Association of State Highway and Transportation Officials (AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration (FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation TxDOT 43 a. DMS-4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 10 19 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED) 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 01 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 321723-5 PAVEMENT MARKINGS Page 5 of 11 I 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section, clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the I 1 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for GIass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 32I723-6 PAVEMENT MARKINGS Page 6 of I 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of 112 inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. c. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. d. Preformed Heat -Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0,125 mil preformed thermoplastic or approved equal. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high -volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white 2) Type 11-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242, "Temporary flexible -Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- ' 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 17 18 19 20 21 22 23 24 25 26 A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h :530 35-50 ?55 2-lane roads with centerline markings only (1) n/a 100 250 All other roads (2) 1 n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m�/lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retrorellectivity levels are not applicable as Iong as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 27 PART 3 W EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2, New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 321723-8 PAVEMENT MARKINGS Page 8 of I 1 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a I square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature Iimits recommended by 10 the material manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones, barricades, flaggers, etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic, hot applied, spray 26 a. This method shall be used to install and replace long lines -- centerlines, lane 27 lines, edge lines, turn lanes, and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines, Iane 35 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2.4.A.1 of this Specification. 38 2. Thermoplastic, hot applied, extruded 39 a. This method shall be used to install and replace crosswalks and stop -lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks, stop -lines, and 45 legends. CITY OF FORT WORTH MSE R2o19 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 321723-9 PAVEMENT MARKINGS Page 9 of I I 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight Iines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat -Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop -lines, and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges_ 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in I this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line, chain or equivalent shall be used during Iayout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment, unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11, Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 321723-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal, Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 6 1/a inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state, and local regulations. 10 £ Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings, heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat, avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting, abrasive blasting, water 27 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 28 blasting, or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30' only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over, no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR / RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges, square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 32 1723 - 11 PAVEMENT MARKINGS Page 11 of I 1 i 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED) 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES (NOT USED) 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED1 9 3.14 ATTACHMENTS [NOT USED) 10 END OF SECTION 11 12 Revision Log DATE NAME S MAIARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 MSERR2019 City Project Number 102196 K 2 3 PART I o GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 32 33,13 CHAIN LINK FENCE AND GATES 3231 I3 - 1 CHAIN LINK FENCE AND GATES Page I of 8 6 1. Galvanized coated chain link (non -security) fencing and accessories in 7 accordance with the City's Zoning Ordinance, 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects: 11 a. When existing fence is within the project Site (i.e. parallel to the utility 12 trench and/or within utility easement) and is directly disturbed by 13 construction activities, fencing will be paid for as� listed in Article 1.2 14 below. 15 b. When existing fence is crossing the proposed utility trench, the work 16 performed and materials furnished in accordance with fence 17 replacement will be considered subsidiary to the trench and no other 18 compensation will be allowed. 19 c. When existing fence is outside of the limits of the project Site or is 20 identified as protected on the Drawings and is disturbed and/or by 21 construction activities, replacement will be at the expense of the 22 Contractor and no other compensation will be allowed. 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 25 shall be subsidiary to the price bid per linear foot of pipe. No additional 26 compensation will be allowed. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the '29 Contract 30 2. Division 1 - General Requirements 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Chain Link Fence 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of Chain Link 36 Fence installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under "Measurement" will be paid 40 for at the unit price bid per linear foot of Chain Link Fence installed 41 for various: CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 3231 13 - 2 CHAIN LINK FENCE AND GATES Page 2 of 8 I a) Heights 2 b) Fabric materials 3 c. The price bid shall include: 4 1) Furnishing and installing all fence and gate materials 5 2) Mow strip, if shown in Drawings 6 3) Cleanup 7 4) Hauling 8 2. Wrought Iron Fence 9 a. Measurement 10 1) Measurement for this Item shall be by the linear foot of Wrought II Iron Fence installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under "Measurement" will be paid 15 for at the unit price bid per linear foot of Wrought Iron Fence 16 installed for various heights. 17 c. The price bid shall include: 18 1) Furnishing and installing all fence and gate materials 19 2) Mow strip, if shown in Drawings 20 3) Cleanup 21 4) Hauling 22 3. Steel Tube Fence 23 a. Measurement 24 1) Measurement for this Item shall be by the linear foot of Steel Tube 25 Fence installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under "Measurement" will be paid 29 for at the unit price bid per linear foot of Steel Tube Fence installed 30 for various heights. 31 c. The price bid shall include: 32 1) Furnishing and installing all fence and gate materials 33 2) Mow strip, if shown in Drawings 34 3) Cleanup 35 4) Hauling 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end 40 of this specification, unless a date is specifically cited. 41 2. American Society for Testing and Materials (ASTM): 42 a. A 36, Standard Specification for Carbon Structural Steel 43 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on 44 Iron and Steel Products 45 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence 46 Fabric CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 3231 13 - 3 CHAIN LINK FENCE AND GATES Page 3 of 1 d. A 500, Standard Specification for Cold -Formed Welded and Seamless 2 Carbon Steel Structural Tubing in Rounds and Shapes 3 e. F 626, Standard Specification for Fence Fittings 4 f. F 1043, Standard Specification for Strength and Protective Coatings on 5 Steel Industrial Chain Link Fence Framework 6 g. F 1083, Standard Specification for Pipe, Steel, Not -Dipped Zinc -Coated 7 (Galvanized) Welded, for Fence Structures 8 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTIN SUBMITTALS 11 A. Shop drawings 12 1. Layout of fences and gates with dimensions, details, and finishes of 13 components, accessories and post foundations if requested by the City. 14 B. Product data 15 1. Manufacturer's catalog cuts indicating material compliance and specified 16 options. 17 1.6 ACTION SUBMn ALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MAT ERIAL SUBMITTALS [N®i USED] 20 1.9 QUALI T Y ASSURANCE [NOT USED] 21 I.I.®DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11FIELD [SITE] CONDITIONS [NOT USED] 23 1.12WARRANTY [NOT USED] 24 PAR 1 2 - PRODUCTS 25 2.1. OWNER -FURNISHED [NOT USED] 26 2.2 MANUFACTURED UNITS /MATERIALS 27 A. Manufacturer 28 1. Minimum of 5 years of experience manufacturing galvanized coated chain 29 , link fencing. 30 2. Approved Manufacturer or equal: 31 a. Allied Fence, Inc. 32 b. American Fence Corp. 33 c. Anchor Fence, Inc. 34 d. Master Nalco, Inc. 35 B. Materials 36 1. Chain Link Fence 37 a. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 323113-4 CHAIN LINK FENCE AND GATES Page 4of8 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged, d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C') sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 8 1 b) Minimum yield strength: 45,000 psi (310 MPa) 2 c) Sizes as indicated on Drawings 3 d) External coating per ASTM F 1043, Type A 4 (1) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 l 5 4) Steel square sections 6 a) ASTM A 500, Grade B 7 b) Minimum yield strength: 40,000 psi 8 c) Sizes as indicated on Drawings 9 d) Hot -dipped galvanized with minimum 1.8 Oz/ftz of coated 10 surface area 11 e. Accessories 12 1) Chain link fence accessories 13 a) ASTM F 626 14 b) Provide items required to complete fence system. 15 c) Galvanize each ferrous metal item and finish to match framing. 16 2) Post caps 17 a) Formed steel or cast malleable iron weather tight closure cap for 18 tubular posts. 19 b) Provide 1 cap for each post. 20 c) Cap to have provision for barbed wire when necessary. 21 d) "C" shaped fine post without top rail or barbed wire supporting 22 arms do not require post caps. 23 e) Where top rail is used, provide tops to permit passage of top 24 rail. 25 3) Top rail and rail ends 26 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 27 b) Pressed steel per ASTM F626 28 c) For connection of rail and brace to terminal posts 29 4) Top rail sleeves 30 a) 7-inch expansion sleeve with a minimum 0.137 inch wire 31 diameter and 1.80 inch length spring, allowing for expansion and 32 contraction of top rail 33 5) Wire ties 34 a) 9 gauge galvanized steel wire for attachment of fabric to line 35 posts 36 b) Double wrap 13 gauge for rails and braces. 37 c) Hog ring ties of 12-1/2 gauge for attachment 38 6) Brace and tension (stretcher bar) bands 39 a) Pressed steel 40 b) Minimum 300 degree profile curvature for secure fence post 41 attachment 42 c) At square post provide tension bar clips. 43 7) Tension (stretcher) bars: 44 a) 1 piece lengths equal to 2 inches less than full height of fabric 45 b) Minimum cross-section of 3/16 inch x 3/4 inch 46 c) Provide tension (stretcher) bars where chain link fabric meets 47 terminal posts. 48 8) Tension wire CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 3231 13 - 6 CHAIN LINK FENCE AND GATES Page 6 of 8 1 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter 2 wire 3 b) Tensile strength: 75,000 psi 4 9) Truss rods & tightener 5 a) Steel rods with minimum diameter of 5/16 inch 6 b) Capable of withstanding a tension of minimum 2,000 pounds 7 10) Nuts and bolts are galvanized. 8 2. Wrought Iron Fence: specified per Drawings. 9 3. Steel Tube Fence: specified per Drawings. 10 4. Setting Materials 11 a. Concrete 12 1) Minimum 28 day compressive strength of 3,000 psi 13 2) Bagged concrete allowed. 14 b. Drive Anchors 15 1) Galvanized angles 16 2) ASTM A 36 steel 17 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to 18 posts. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Verify areas to receive fencing are completed to final grades and elevations. 26 2. Ensure property lines and legal boundaries of work are clearly established 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION ION 29 30 31 32 33 34 35 36 37 38 39 40 A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 3231 13 - 7 CHAIN LINK PENCE AND GATES Page 7 of 8 1 4. Check each post for vertical and top alignment, and maintain in position 2 during placement and finishing operations. 3 5. Bracing 4 a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, 5 on each side of terminal posts. 6 b. Firmly attach with fittings. 7 c. Install diagonal truss rods at these points. 8 d. Adjust truss rod, ensuring posts remain plumb. 9 6. Tension wire 10 a. Provide tension wire at bottom of fabric and at top, if top rail is not 11 specified. 12 b. Install tension wire before stretching fabric and attach to each post with 13 ties. 14 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on 15 center. 16 7. Top rail 17 a. Install lengths, 21 feet 18 b. Connect joints with sleeves for rigid connections for 19 expansion/contraction. 20 8. Center Rails for fabric height 12 feet and taller. 21 a. Install mid rails between posts with fittings and accessories. 22 9. Bottom Rails: Install bottom rails between posts with fittings and 23 accessories. 24 B. Chain Link Fabric Installation 25 1. Fabric 26 a. Install fabric on security side and attach so that fabric remains in 27 tension after pulling force is released. 28 b. Leave approximately 2 inches between finish grade and bottom selvage. 29 c. Attach fabric with wire ties to line posts at 15 inches on center and to 30 rails, braces, and tension wire at 24 inches on center. 31 2. Tension (stretcher) bars 32 a. Pull fabric taut. 33 b. Thread tension bar through fabric and attach to terminal posts with 34 bands or clips spaced maximum of 15 inches on center. 35 3. Accessories 36 a. Tie wires: Bend ends of wire to minimize hazard to persons and 37 clothing. 38 b. Fasteners: Install nuts on side of fence opposite fabric side for added 39 security. 40 c. Slats: Install slats in accordance with manufacturer's instructions. 41 C. Wrought Iron Installation: install per Drawings 42 D. Steel Tube Fence: install per Drawings CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 323113-8 CHAIN LINK FENCE AND GATES Page 8 of 8 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] s 3.9 ADJUSTING [NOT USED] b 3.10CLEANING [NOT USED] 2 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT- USED] 9 3.13MAINT'EMANCE [NOT USE©] 10 3.14ATTACHM, ENTS [SNOT USED] 11 12 13 ENO OF SECTION Revision Log DATE NAME SUNDAARY OF CHANGE 12/2012012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH MSF-RR2019 STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 1 2 3 PART I - GENERAL 4 1.1 SUMMARY s A. Section Includes: SECTION 32 3126 WIRE FENCE AND GATES 32 31 26 - 1 WIRE FENCE AND GATES Page I of 6 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility 9 trench and/or within utility easement) and is directly disturbed by 10 construction activities, fencing will be paid for as listed in Article 1.2 11 below. 12 b. When existing fence is crossing the proposed utility trench, the work 13 performed and materials furnished in accordance with fence 14 replacement will be considered subsidiary to the trench and no other Is compensation will be allowed. 16 c. When existing fence is outside of the limits of the project Site or is 17 identified as protected on the Drawings and is disturbed and/or by 18 construction activities, replacement will be at the expense of the 19 Contractor and no other compensation will be allowed. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 22 shall be subsidiary to the price bid per linear foot of pipe. No additional 23 compensation will be allowed. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1 - General Requirements 28 3.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Wire Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the linear foot of Wire Fence, 33 excluding gates. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item and measured as provided under "Measurement" will be paid 37 for at the unit price bid per linear foot of Wire fence installed for 38 various: 39 a) Post types 40 b) Wire types 41 c) Number of Strands as specified in the Drawings CITY OF FORT WORT14 MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 323126-2 WIRE FENCE; AND GATES Page 2 of 6 1 c. The price bid shall include: 2 1) Removal of existing fence and/or, unless specifically defined as a 3 separate pay item on Drawings 4 2) Furnishing, preparing, hauling, and installing Wire Fence 5 3) Excavation, backfilling, and disposal of surplus material 6 4) Removal and trimming of brush and tree limbs 7 2. Steel Gates 8 a. Measurement 9 1) Measurement for this Item shall be per each Steel Fence. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under "Measurement" will be paid 13 for at the unit price bid per each Steel Gate by height. 14 c. The price bid shall include: 15 1) Removal of existing fence and/or gates, unless specifically defined 16 as a separate pay item on Drawings 17 2) Furnishing, preparing, hauling, and installing Steel Gates 18 3) Excavation, back -filling, and disposal of surplus. material 19 4) Removal and trimming of brush and tree limbs 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end 24 of this specification, unless a date is specifically cited. 25 2. American Society for Testing and Materials (ASTM): 26 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 27 Wrought 28 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed 29 Wire 30 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire 31 Fence Fabric 32 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped zinc -Coated 33 (Galvanized) Welded, for Fence Structures 34 3. American Wood Protection Association (AWPA) 35 a. P8/P9, Standard for Oil -Borne Preservatives 36 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 323126-3 WIRE FENCE AND GATES Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMXTTALS/INFORMATIONAL SUBMITTALS [RIOT USED] 4 1.7 CLOSEOUT SUBMXTTALS [NOT USED] 5 1.8 i�fiAX14TENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10DELIVERY, STORAGE, ,AND HANDLING [NOT USED] 8 1.11FIELD [SITE] CONDITIONS [NOT USED] 9 1.12WARRAN T Y [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with 14 the following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 18 3. Use only new steel. Do not use rerolled or open -seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 S. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot -coat damaged areas 23 with the same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original 25 paint. 26 6. Use the size, weight, and area of posts, braces, and anchor plates shown 27 on the Drawings. 28 C. Wood Posts and Braces 29 1. Untreated Wood: cedar or juniper timber 30 2. Treated Wood 31 a. AWPA standards govern materials and methods of treatments including 32 seasoning, preservatives, and inspection for treatment. 33 b. Each piece or bundle of other treated -timber products must have: 34 1) Legible brand mark or tag indicating the name of the treater 35 2) Date of treatment or lot number 36 3) AWPA treatment specification symbol 37 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 323I26-4 WIRE FENCE AND GATES Page 4 of 6 1 'Table 1 2 Minimum Retention of Preservative Penta- chloroph Product enol AWPA (lb,/cu. Standa ------ ' rd for Treatm ,i�1PIlP,� Preservativ (PS/P9) ent e Standard Wire fence posts 0.4 C5 round 3 1. Retention determined by assay (0 to 1.0-inch zone). 4 3. Use sound timber that is free from decay, shakes, splits, or other defects 5 that would weaken the posts or braces or otherwise make them structurally 6 unsuitable for the purposes intended. 7 4. Knots that are sound, tight, trimmed flush, and not in clusters will be 8 allowed, provided they do not exceed 1/3 of the small diameter or the least 9 dimension of the posts and braces. 10 5. Remove spurs and splinters, cutting the ends square. 11 D. Gates and Gateposts: Furnish materials to the required dimensions. 12 F. Barbed and Smooth Wire: ASTM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 14 2. Barbed Wire., 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices 20 for holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design. 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIi'ICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 323126-5 WIRE FENCE AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Space fence posts as shown on the Drawings or to match existing. 9 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 10 Drawings or to match existing. 11 C. Brace corner and pull posts in 2 directions. 12 D. Brace end posts and gateposts in 1 direction. 13 E. Install a corner post where the alignment changes 30 degrees or more. 14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the 15 adjacent line posts with diagonal tension wires. 16 G. At grade depressions where stresses tend to pull posts out of the ground, snub 17 or guy the fencing at the critical point with a double 9 gauge galvanized wire. 18 H. Connect the wire to the top horizontal line of the barbed wire or to the top and 19 bottom wire or wire mesh fabric, and to a deadman weighing at least 100 20 pounds. 21 I. Stretch the fence before guying and snubbing. 22 J. Install number stands at spacing shown in Drawings. 23 K. Install corner, end, or angle post assembly before stretching the wire between 24 posts. 25 L. Connect existing cross fences to the new fences and corner posts at junctions 26 with existing fences. 27 M. While drawing barbed wire and wire fabric taut, fasten to posts using 28 galvanized ties or staples, or as shown on the Drawings. 29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 30 feet intervals for wood posts. 31 O. Drive metal line posts provided driving does not damage the posts. 32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum 33 of 24 inches and crowned at the top to shed water. 34 Q. Thoroughly tamp backfill in 4 inch layers. 35 R. Notch timber posts. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised Deeeanber 20, 2012 323126-6 WIRE FENCE AND GATES Page 6 of 6 1 3.5 REPAIR/ RESI-ORArION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY coN,rROL [NOT USED] 4 3.8 SYSTEM STARTUP (NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] s 3.12PRO`i'ECT'ION [NOT USED] 9 3.13MAINTENANCE [NOT USED] io 3.14A TACK MENTS [NOT USED) 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1. LA. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 K 323129-1 WOOD FENCE AND GATES Page 1 of 5 1 SECTION 32 3129 2 WOOD FENCE AND GATES 3 PARS' I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. s 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility 10 trench and/or within utility easement) and is directly disturbed by 11 construction activities, fencing will be paid for as listed in Article 1.2 12 below. 13 b. When existing fence is crossing the proposed utility trench, the work 14 performed and materials furnished in accordance with fence 15 replacement will be considered subsidiary to the trench and no other 16 compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is 18 identified as protected on the Drawings and is disturbed and/or by 19 construction activities, replacement will be at the expense of the 20 Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 23 shall be subsidiary to the price bid per linear foot of pipe. No additional 24 compensation will be allowed. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 - General Requirements 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Measurement 32 a. Measurement for this Item shall be by the linear foot of Wood Fence 33 installed, including gates. 34 2. Payment 35 a. The work performed and materials furnished in accordance with this 36 Item and measured as provided under "Measurement" will be paid for at 37 the unit price bid per linear foot of Wood Fence installed for by height. 38 3. The price bid shall include: 39 a. Furnishing all materials for fence and gates 40 b. All preparation, erection and installation of materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 323129-2 WOOD FENCE AND GATES Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end 5 of this specification, unless a date is specifically cited. 6 1 American Society for Testing and Materials (ASTM): 7 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on S Iron and Steel Products 9 b. A 500, Standard Specification for Cold -Formed Welded and Seamless 10 Carbon Steel Structural Tubing in Rounds and Shapes 11 c. F 1043, Standard Specification for Strength and Protective Coatings on 12 Steel Industrial Chain Link Fence Framework 13 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 14 (Galvanized) Welded, for Fence Structures 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Shop drawings: Layout offences and gates with dimensions, details,. and 18 finishes of components, accessories and post foundations 19 B. Product data: Manufacturer's catalog cuts indicating material compliance and 20 specified options 21 C. Building Permit: All fences over 6 feet 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 11.10DEL.IVERY, STORAGE, AND HANDLING [NOT USED] 27 1=11FIELD [SITE] CONDITIONS [NOT USED] 28 1.12WARRANTY [NOT USED] 29 DART 2 m PRODUCTS 30 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. General 33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or 34 equal. 35 2. Post tops may be of aluminum. 36 B. Slats: Redwood or cedar free from all major decay or defects which would 37 weaken or otherwise cause them to be unsuitable for fence slats. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 323129-3 WOOD FENCE AND GATES Page 3 of 5 I C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match 2 existing. 3 D. Corner, Gate, End, or fine Posts 4 1. Wood Posts 5 a. Minimum size: flinch x 4-inch cedar wood post or match existing 6 b. Free from all decay, splits, multiple cracks, or any other deflect which 7 would weaken the posts or otherwise cause them to be structurally 8 unsuitable for the purpose intended 9 2. Steel Posts 10 a. Steel pipe - Type I I 1) ASTM F 1083 12 2) Standard weight schedule 40 13 3) Minimum yield strength: 30,000 psi 14 4) Sizes as indicated on Drawings 15 5) Hot -dipped galvanized with minimum average 1.8 oz/ftz of coated 16 surface area. 17 b. Steel pipe - Type II 18 1) ASTM F 1043, Group IC 19 2) Minimum yield strength: 50,000 psi 20 3) Sizes as indicated on Drawings 21 4) Protective coating per ASTM F 1043 22 5) External coating Type B 23 a) Zinc with organic overcoat 24 b) 0.9 oz/ftz minimum zinc coating with chromate conversion 25 coating and verifiable polymer film 26 6) Internal coating Type B 27 a) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent 28 nominal coating, minimum 3 mils 29 c. Formed steel ("C') sections 30 1) Roll formed steel shapes complying with ASTM F 1043, Group 11 31 2) Minimum yield strength: 45,000 psi (310 MPa) 32 3) Sizes as indicated on Drawings 33 4) External coating per ASTM F 1043, Type A 34 a) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 35 d. Steel square sections 36 1) ASTM A 500, Grade B 37 2) Minimum yield strength: 40,000 psi 38 3) Sizes as indicated 39 4) Hot -dipped galvanized with minimum 1.8 oz/ftz of coated surface 40 area 41 3. Accessories 42 a. Post caps 43 1) Formed steel or cast malleable iron weather tight closure cap for 44 tubular posts. 45 2) Provide one cap for each post. 46 3) Cap to have provision for barbed wire when necessary. CITY OF FORT WORT13 MSERR20I9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 32 31 29 - 4 WOOD FENCE AND GATES Page 4 of 5 1 4) "C' shaped line post without top rail or barbed wire supporting arms 2 do not require post caps. 3 5) Where top rail is used, provide tops to permit passage of top rail. 4 4. Setting Materials 5 a. Concrete 6 1) Minimum 28 day compressive strength of 3,000 psi 7 2) Bagged concrete allowed. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Verification of Conditions 14 1. Verify areas to receive fencing are completed to final grades and elevations. 15 2. Ensure property lines and legal boundaries of work are clearly established. 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. Wood Fence Framing 19 1. Steel Posts are required for all required screening fences. 20 2. Locate terminal post at each fence termination and change in horizontal or 21 vertical direction of 30 degrees or more. 22 3. Space line posts uniformly at 10 feet on center. 23 4. Set all posts in concrete. 24 a. Drill holes in firm, undisturbed or compacted soil. 25 b. Drill hole diameter 4 times greater than outside dimension of post 26 (minimum 12 inches). 27 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 28 d. Excavate deeper as required for adequate support in soft and loose 29 soils, and for posts with heavy lateral loads. 30 e. Place concrete around posts in a continuous pour. 31 f. Trowel finish around post. Slope to direct water away from posts. 32 5. Check each post for vertical and top alignment, and maintain in position 33 during placement and finishing operations. 34 B. Slats 35 1. Place slats approximately 1 inch above the ground, and on a straight grade 36 between posts by excavating high points of the ground. 37 2. Fasten slats to top and bottom railings with 2 galvanized screws designed 38 for wood fence construction at both the top and bottom rail, CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised December 20, 2012 ff 1 2 3 4 5 6 7 8 9 10 323129-5 WOOD FENCE AND GATES Page 5 of 5 3.5 P.EPAIP./REST ®RA 1 Y®N (NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10CLEANING [NOT USED] 3.11CLASE®UT ACT-1VI T IES [NOT USED] 3.12PROTECTI©N [NOT USED] 3.13MAINTENANCE [NOT USED] 3.14ATTACHMENTS (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility proj ects CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project No. 102196 33 05 14 - 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 OS 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3 IPART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 7 stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.2 Price and Payment Procedures 10 A. Measurement and Payment t 1 2.Manhole - Major Adjustment 12 a. Measurement 13 1) Add - Remove existing sewer manhole concrete section and raise or 14 lower rim (Maximum 3 vertical feet) by removing the existing cone 15 section and installing a new cone section to proposed elevation. This is 16 only applicable to concrete manholes. 17 5. Valve Box 18 b. Payment- For Misc. Contracts, valve box adjustment are incidental to the 19 valve installation cost. 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 32 0117 - Permanent Asphalt paving Repair 24 4. Section 32 0129 - Concrete Paving Repair 25 S. Section 33 05 10 -- Utility Trench Excavation, Embedment and Backfili 26 6. Section 33 05 13 - Frame, Cover and Grade Rings 27 7. Section 33 39 10 - Cast -in -Place Concrete Manholes 28 8. Section 33 39 20 -- Precast Concrete Manholes 29 9. Section 33 12 20 - Resilient Seated (Wedge) Gate Valve 30 10. Section 33 12 21- AWWA Rubber -Seated Butterfly Valve 31 11. Section 33 04 11 - Corrosion Control Test Station 32 12. Section 33 04 12 - Magnesium Anode Cathodic Protection System 33 1.2 PRICE AND PAYMENT PROCEDURES 34 A. Measurement and Payment 35 1. Manhole - Minor Adjustment 36 a. Measurement 37 1) Measurement for this Item shall be per each adjustment using only grade 38 rings or other minor adjustment devices to raise or lower a manhole to a 39 grade as specified on the Drawings. 40 b. Payment CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item will be paid for at the unit price bid per each "Manhole Adjustment, 3 Minor" completed, 4 c. The price bid shall include: 5 1) Pavement removal 6 2) Excavation 7 3) Hauling 8 4) Disposal of excess material 9 5) Grade rings or other adjustment device 10 6) Reuse of the existing manhole frame and cover 11 7) Furnishing, placing and compaction of embedment and back -fill 12 8) Concrete base material 13 9) Permanent asphalt patch or concrete paving repair, as required 14 10) Clean-up 15 2. Manhole - Major Adjustment 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring 18 structural modifications to raise or lower a manhole to a grade as specified 19 on the Drawings. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item will be paid for at the unit price bid per each "Manhole Adjustment, 23 Major" completed. 24 c. The price bid shall include; 25 1) Pavement removal 26 2) Excavation 27 3) Hauling 28 4) Disposal of excess material 29 5) Structural modifications, grade rings or other adjustment device 30 6) Reuse of the existing manhole frame and cover 31 7) Furnishing, placing and compaction of embedment and back -fill 32 8) Concrete base material 33 9) Permanent asphalt patch or concrete paving repair, as required 34 10) Clean-up 35 3. Manhole - Major Adjustment with Frame and Cover 36 a. Measurement 37 1) Measurement for this Item shall be per each adjustment requiring 38 structural modifications to raise or lower a manhole to a grade specified on 39 the Drawings or structural modifications for a manhole requiring a new 40 frame and cover, often for changes to cover diameter. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each "Manhole Adjustment, 44 Major wJ Cover" completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material 50 5) Structural modifications, grade rings or other adjustment device CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 330S14-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 6) Frame and cover 2 7) Furnishing, placing and compaction of embedment and backfill 3 8) Concrete base material 4 9) Permanent asphalt patch or concrete paving repair, as required 5 10) Clean-up 6 4. Inlet 7 a. Measurement 8 1) Measurement for this Item shall be per each adjustment requiring 9 structural modifications to inlet to a grade specified on the Drawings. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this I2 Item will be paid for at the unit price bid per each "Inlet Adjustment" 13 completed. 14 c. The price bid shall include: 15 1) Pavement removal 16 2) Excavation 17 3) Hauling 18 4) Disposal of excess material 19 S) Structural modifications 20 6) Furnishing, placing and compaction of embedment and backfill 21 7) Concrete base material, as required 22 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 23 required 24 9) Clean-up 25 5. Valve Box 26 a. Measurement 27 1) Measurement for this Item shall be per each adjustment to a grade 28 specified on the Drawings. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 32 completed. 33 c. The price bid shall include: 34 1) Pavement removal 35 2) Excavation 36 3) Hauling 37 4) Disposal of excess material 38 5) Adjustment device 39 6) Furnishing, placing and compaction of embedment and backfill 40 7) Concrete base material, as required 41 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 42 required 43 9) Clean-up 44 6. Cathodic Protection Test Station 45 a. Measurement 46 1) Measurement for this Item shall be per each adjustment to a grade 47 specified on the Drawings. 48 b. Payment CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b, Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 33 05 ' 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 8) Permanent asphalt patch or concrete paving repair, as required 2 9) Clean-up 3 1.3 REFERENCES 4 A. Definitions 5 1. Minor Adjustment 6 a. Refers to a small elevation change performed on an existing manhole where 7 the existing frame and cover are reused. 8 2. Major Adjustment 9 a. Refers to a significant elevation change performed on an existing manhole 10 which requires structural modification or when a 24-inch ring is changed to a I 30-inch ring. 12 B. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. Texas Commission on Environmental Quality (TCEQ): 17 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 18 Related Structures. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Cast -in -Place Concrete 32 1. See Section 03 30 00. 33 B. Modifications to Existing Concrete Structures 34 1. See Section 03 80 00. 35 C. Grade Rings 36 1. See Section 33 05 13. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 33 05 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 D. Frame and Cover 2 1. See Section 33 05 13. 3 E. Backfill material 4 1. See Section 33 05 10. 5 F. Water valve box extension 6 1. See Section 33 12 20. 7 G. Corrosion Protection Test Station 8 1. See Section 33 04 11. 9 H. Cast -in -Place Concrete Manholes 10 1. See: Section 33 39 10. I I. Precast Concrete Manholes 12 1. See Section 33 39 20. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 I111STALLERS [NOT USED] 17 3.2 EXAMINAT%ON 18 A. Verification of Conditions 19 1. Examine existing structure to be adjusted, for damage or defects that may affect 20 grade adjustment. 21 a. Report issue to City for consideration before beginning adjustment. 22 3.3 PREPARATION 23 A. Grade Verification 24 1. On major adjustments confirm any grade change noted on Drawings is consistent 25 with field measurements. 26 a. If not, coordinate with City to verify final grade before beginning adjustment. 27 3.4 ADJUSTMENT 28 A. Manholes, Inlets, and Miscellaneous Structures 29 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30 30-inch frame and cover assembly per TCEQ requirement. 31 2. On manhole major adjustments, inlets and miscellaneous structures protect the 32 bottom using wood forms shaped to fit so that no debris blocks the invert or the 33 inlet or outlet piping in during adjustments. 34 a. Do not use any more than a 2-piece bottom. 35 3. Do not extend chimney portion of the manhole beyond 24 inches. 36 4. Use the least number of grade rings necessary to meet required grade. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 05 14 - 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7of7 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 05 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR / RESTORATION [HOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [HOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment 12/20/2012 D. 3ohnson requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 -- Pavement repair requirements were added CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 MSERR2019 City Project Number 102196 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 11 1 SECTION 33 31.50 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PAR1 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the 7 main to the right-of-way, as shown on the Drawings, directed by the s Engineer and specified herein for: 9 a. New Service 10 b. New Service (Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1.2 Price and Payment Procedures 15 A. Measurement and Payment 16 1) New Sewer Services 17 b.Payment for work and materials such as backfili, removal of 18 existing clean- outs, plugging the abandoned sewer service line, double 19 checking the grade of the installed service line, pipe fittings, surface 20 restoration on private property (to match existing), and all other 21 associated work for service replacements in excess of four (4) linear 22 feet shall be included in the linear foot price bid for sanitary sewer 23 service line replacement on private property or public right of way. 24 Payment for all work and material involving the "tap" shall be included 25 in the price bid for sanitary sewer service taps. 26 Payment for all sanitary sewer service line over 4 linear feet shall in 27 be included in the price bid per sanitary sewer service line. 28 Payment for furnishing and installing cleanouts shall be included in 29 the price bid for sanitary sewer cleanouts. 30 5) Sewer Service Reconnection. 31 b. Payment 32 1. No additional compensation will be given in Miscellaneous 33 Contracts for sanitary sewer service reconnections. 34 C. Related Specification Sections include, but are not necessarily limited to: 35 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 36 Contract 37 2. Division 1 — General Requirements 38 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 39 4. Section 33 1110 -- Ductile Iron Pipe 40 5. Section 33 11 11— Ductile Iron Fittings CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2of11 1 6. Section 33 3120 -- Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 2 1.2 PENCE AND PAYMENT PROCEDURES 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 1. New Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfll 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 MSERR2019 City Project No. 102196 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 11 1 9) Surface restoration, excluding grass (seeding, sodding or hydro- 2 mulch paid separately) 3 10) Furnishing, placing and compaction of embedment 4 11) Furnishing, placing and compaction of backfill 5 12) Clean-up 6 3. New Bored Sewer Service 7 a. Measurement s 1) Measurement for this Item shall be per each Bored Sewer Service 9 complete in place. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under "Measurement" will be paid 13 for at the unit price bid per each "Bored Sewer Service" installed for: 14 a) Various sizes 15 b) Various materials 16 c. The price shall include: 17 1) Furnishing and installing New Sanitary Sewer Service Line as 18 specified by the Drawings 19 2) Pavement removal 20 3) Excavation 21 4) Hauling 22 5) Disposal of excess material 23 6) Tee connection to main 24 7) Service Line 25 8) Fittings 26 9) 2-way cleanout and cap with concrete pad 27 10) Surface restoration surrounding 2-way cleanout 28 11) Furnishing, placing and compaction of embedment and backfill 29 12) Clean-up 30 4. Private Service Relocation 31 a. Measurement 32 1) Measured horizontally along the surface from center line to center 33 line of the fitting, manhole or appurtenance 34 b. Payment 35 1) The work performed and the materials furnished in accordance with 36 this Item and measured as provided under "Measurement" will be 37 paid for at the unit price bid per linear foot for "Private Sewer 38 Service" installed for: 39 a) Various sizes 40 b) Various materials 41 e. The price shall include: 42 1) Obtaining appropriate Permit 43 2) Obtaining Right of Entry 44 3) Performing relocation as specified in the Drawings 45 4) Excavation 46 5) Hauling 47 6) Disposal of excess material CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 11 7) Service Line - private side by plumber 8) Fittings 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of back -fill 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5. Sewer Service Reconnection a. Measurement 1) Measurement for this Item shall be per each "Sewer Service Reconnection" complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with the relocation of a sewer service, associated with private service line, fittings and ceanout S feet or less in any direction from the centerline of the existing service line and the materials furnished in accordance with this Item will be paid for at the unit price per each "Sewer Service, Reconnection" performed for: a) Various service sizes c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to sewer service 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately) 9) 10) 11) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 MSERR2019 City Project No. 102196 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 11 1 4). Surface restoration, excluding grass (seeding, sodding or hydro- 2 mulch paid separately) 3 5) Hauling 4 6) Disposal of excess material 5 7) Furnishing, placing and compaction of backfill 6 8) Clean-up 7 7. Service Reinstatement 8 a. Measurement 9 1) Measurement for this Item shall be per each Reinstatement of 10 Service associated with the sewer main being rehabilitated by a 11 trenchless method. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 item and measured as provided under "Measurement" will be paid 15 for at the unit price bid per each "Sewer Service, Reinstatement" 16 for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Tap to existing main (if required) 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess material 24 6) Tee connection to main 25 7) Service line (if required) 26 8) Fittings 27 9) Furnishing, placing and compaction of embedment and backfill 28 10) Clean-up — surface restoration, excluding grass (seeding, sodding or 29 hydra -mulch paid separately)references 30 B. Definitions 31 1. New Service 32 a. New service applies to the installation of a service with connection to a 33 new or existing sewer main. 34 b. The service materials would include service line, fittings and cleanout. 35 2. Bored Service 36 a. Bored service applies to the installation of a service with connection to a 37 new or existing sewer main including a bore under an existing road. 38 b. The service materials would include service line, fittings and cleanout. 39 3. Private Service Relocation 40 a. Private service relocation applies to the replacement of the existing 41 sewer service line on private property typically associated with the 42 relocation of the existing main. 43 b. Typical main relocation will be from a rear lot easement or alley to the 44 street. 45 4. Service Reinstatement CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 11 1 a. Service reinstatement applies to the reconnection of an existing service 2 to an existing main that has been rehabilitated by trenchless methods 3 such as pipe enlargement (pipe bursting), slip lining or CIPP. 4 C. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end 7 of this Specification, unless a date is specifically cited. 8 2. ASTM International (ASTM); 9 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 10 (PVC) Sewer Pipe and Fittings 11 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) 12 Plastic Pipe, Schedules 40, 80 and 120. 13 c. ASTM D2321 Standard Practice for Underground Installation of 14 Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 15 d. ASTM D2412 Standard Test Method for Determination of External 16 Loading Characteristics of Plastic Pipe by Parallel -Plate Loading 17 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer 18 Plastic Pipes Using Flexible Elastomeric Seals 19 1 Texas Commission on Environmental Quality 20 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 -- Criteria for 21 Laying Pipe and Rule 22 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and 23 Related Structures 24 1.3 ADMINISTRATIVE REQUIREMENTS 25 A. Scheduling 26 1. Provide advance notice for service interruption to property owner and meet 27 requirements of Division 0. 28 1.4 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery. 31 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product data shall include, if applicable: 33 -1. Tee connection or saddle 34 2. Fittings (including type of cleanout) 35 3. Service line 36 B. Certificates 37 1. Furnish an affidavit certifying that service line and fittings meet the 38 provisions of this Section. s CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7of11 1 1.6 CLOSEOUT SUBMITTALS [NOT USED] 2 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.8 QUALITY ASSURANCE [NOT USED] 4 1.9 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Gravity pipe shall be stored and handled in accordance with the 7 manufacturer's guidelines. 8 2. Protect all parts such that no damage or deterioration will occur during a 9 prolonged delay from the time of shipment until installation is completed 10 and the units and equipment are ready for operation. 11 3. Protect all equipment and parts against any damage during a prolonged 12 period at the site. 13 4. Prevent plastic and similar brittle items from being directly exposed to 14 sunlight or extremes in temperature. 15 5. Secure and maintain a location to store the material in accordance with 16 Section 0166 00. 17 1.10FIELD [SITE] CONDITIONS [PLOT USED] 18 1.11WARRANTY [NOT USED] 19 PART 2 w PRODUCTS 20 2.1 OWNER -FURNISHED [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed on the City`s Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related 26 Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 0125 00. 29 3. The services and appurtenances shall be new and the product of a 30 manufacturer regularly engaged in the manufacturing of services and 31 appurtenances having similar service and size. 32 B. Materials/Design Criteria 33 1. Service Line and Fittings (including tee connections) 34 a. PVC pipe and fittings on public property shall be in accordance with 35 Section 33 3120. 36 b. PVC pipe and fittings on private property shall be Schedule 40 in 37 accordance with ASTM D1785. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 11 1 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in 2 accordance with Section 33 11 10 and Section 33 11 11. 3 2. Service saddle 4 a. Service saddles shall only be allowed when connecting a new service to 5 an existing sanitary sewer main and shall: 6 1) Be a 1-plece prefabricated saddle, either polyethylene or PVC, with 7 neoprene gasket for seal against main 8 2) Use saddle to fit outside diameter of main 9 3) Use saddle with grooves to retain band clamps 10 4) Use at least 2 stainless steel band clamps for securing saddles to the 11 main 12 b. Inserta tees service connections may not be used. 13 3. Cleanout 14 a. Cleanout stack material should be in accordance with City Standard 15 Details or as shown on Drawings. 16 b. For paved areas, provide a cast iron cleanout and cast iron lid. 17 c. For unpaved areas, provide PVC cleanout and polyethylene lid. is 4. Coupling 19 a. For connections between new PVC pipe stub out and existing service 20 line, use rubber sleeve couplings with stainless steel double -band repair 21 sleeves to connect to the line. 22 2.3 ACCESSORIES [FOOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 3.:1 INSTALLERS 26 A. A licensed plumber is required for installations of the service line on private 27 property. 28 3.2 EXAMINATY614 [NOT USED] 29 3.3 PREPARATION [NOT USED] 3o 3.4 INSTALLATION 31 A. General 32 1. Install service line, fittings and cleanout as specified herein, as specified in 33 Section 33 05 10 and in accordance with the pipe manufacturer's 34 recommendations. 35 B. Handling 36 1. Haul and distribute service lines, fittings and cleanouts at the project site 37 and handle with care to avoid damage. 38 a. Inspect each segment of service line and reject or repair any damaged 39 pipe prior to lowering into the trench. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 333150-9 SANITARY SEWER SERVICE CONNEC71ONS AND SERVICE LINE Page 9 of 11 1 2. Do not handle the pipe in such a way that will damage the pipe. 2 C. Service Line 3 1. Lay service line at a minimum grade of 2 percent, as shown on City 4 Standard details, or at lines and grades as indicated in the Drawings. 5 2. If service line is installed by bore as an alternative to open cut, the cost 6 associated with open cut installation, such as pavement removal, trenching, 7 embedment and backfill and pavement patch will not be included as part of 8 the bore installation. 9 3. Excavate and backfill trenches in accordance with 33 05 I.O. 10 4. Embed PVC Pipe in accordance with 33 05 10. 11 D. Cleanout 12 1. Install out of traffic areas such as driveways, streets and sidewalks 13 whenever possible. 14 a. When not possible, install cast iron cleanout stack and cap. 15 2, Install 2-way cleanout in non -paved areas in accordance with City Standard 16 Details. 17 3. Install 2-way cleanout in paved areas in accordance with City Standard 18 Details. 19 E. Service line connection to main 20 1. New service on new or replacement main 21 a. Determine location of service connections before main installation so the 22 service fittings can be installed during main installation. 23 b. Connect service line to main with a molded or fabricated tee fitting. 24 2. Reconnection to main after pipe enlargement 25 a. Tapping the existing main and installing a strap on tee connection may 26 be used. 27 b. Allow the new main to recover from imposed stretch before tapping and 28 service installation. 29 1) Follow manufacturer's recommendation for the length of time 30 needed. 31 c. Tap main at 45 degree angle to horizontal when possible. 32 1) Avoid tapping the top of main. 33 d. Extend service line from main to property line or easement fine before 34 connecting to the existing service line. 35 3. New service on existing main 36 a. Connect service line to main with a molded or fabricated tee fitting if 37 possible. 38 b. Tapping the existing main and installing a strap on tee connection may 39 be used. 40 F. Private Service Relocation 41 1. Requirements for the relocation of service line on private property 42 a. A licensed plumber must be used to install service line on private 43 property. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 33 31 50 - 10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10of11 1 b. Obtain permit from the Development Department for work on private 2 property. 3 c. Pay for any inspection or permit fees associated with work on private 4 property. 5 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at 6 the building cleanout and compare to data on the Drawings before 7 beginning service installation. s e. Submit elevation information to the City inspector. 9 f. Verify that the 2 percent slope installation requirement can be met. 10 1) If the 2 percent slope cannot be met, verify with the Engineer that 11 line may be installed at the lesser slope. 12 3.5 REPAIR / RES FORA LION [NOT USED] 13 3.6 RE -INSTALLATION 14 A. Service Relocation 15 1. All relocations that are not installed as designed or fail to meet the City 16 code shall be reinstalled at the Contractor's expense. 17 3.7 FIELD QUALITY CONTROL 1s A. Inspections 19 1. Private property service line requires approval by the City plumbing 20 inspector before final acceptance. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10CLEANING [NOT USED] 24 3.1ICLOSEOUT,ACTIVITIES [NOT USED] 25 3.12PROTECTION [NOT USED] 26 3.13MAINTENANCE [NOT USED] 27 3.14ATTACHMENTS [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Throughout — Deep Sewer Service was removed 1.2 — Measurement and Payment Items were revised to include relocation 12/20/2012 D. Johnson and reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean -out caps, pads and surface restoration. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 33 31 50 - 11 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 11of11 Added the phrase', including grass'to lines; Part 1, 1.2.A.1.c.9, Part1, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Part1, 1.2.A.6.c.4 Added the phrase'- surface restoration, including grass'to fines; 2/13/2013 F. Griffin Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase 'surrounding 2-way deanout from lines; Part 1, 1.2.A.i.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 Revised lines with 'including grass' replacing with `excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102196 Revised April 26, 2013 347113-1 TRAFFIC CONTROL Page 1 of 6 I SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. TRAFFIC CONTROL 9 The contractor will be required to obtain a "Street Use Permit" prior to starting 10 work. As part of the "Street Use Permit" a traffic control plan is required. The II Contractor shall be responsible for providing traffic control during the construction 12 of this project consistent with the provisions set forth in the "Latest Edition Texas 13 Manual on Uniform Traffic Control Devices for Streets and Highways" issued under 14 the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," 15 codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section 16 Nos. 27, 29, 30 and 31. 17 18 Unless otherwise included as part of the Construction documents, the Contractor 19 shall submit a traffic control plan (duly sealed, signed and dated by a Registered 20 Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer at or 21 before the start of each work order. The P.E. preparing the traffic control plan 22 may utilize standard traffic reroute configurations posted as "Typicals" on the City's 23 Buzzsaw website. Although work will not begin until the traffic control plan has 24 been reviewed and approved, the Contractor's time will begin in accordance with 25 the timeframe mutually established in the 'Notice to Proceed' issued the 26 Contractor. 27 28 Work shall not be performed on certain locations/streets during "peak traffic 29 periods" as determination by the City Traffic Engineer and in accordance with the 30 applicable provision of the "City of Fort Worth Traffic Control Handbook for 31 Construction and Maintenance Work Areas." 32 33 Payment for traffic control shall cover design and / or installation and maintenance 34 of the traffic control plan, and shall be paid at the unit price bid per each for 35 "Traffic Control". 36 37 C. Related Specification Sections include, but are not necessarily limited to: 38 1. Division 0 — Bidding. Requirements, Contract Forms and Conditions of the Contract 39 2. Division 1 — General Requirements 40 1.2 PRICE AND PAYMENT PROCEDURES 41 A. Measurement and Payment 42 1. Installation of Traffic Control Devices CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 347113-2 TRAFFIC CONTROL Page 2 of 6 1 a. Measurement 2 1) Measurement for Traffic Control Devices shall be per month for the Project 3 duration. 4 a) A month is defined as 30 calendar days. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" shall be paid for at the 8 unit price bid for "Traffic Control. 9 c. The price bid shall include: 10 1) Traffic Control implementation 11 2) Installation 12 3) Maintenance 13 4) Adjustments 14 5) Replacements 15 6) Removal 16 7) Police assistance during peak hours 17 2. Portable Message Signs 18 a. Measurement 19 1) Measurement for this Item shall be per week for the duration of use. 20 b. Payment 21 1) The work performed and materials furnished in accordance to this Item 22 and measured as provided under "Measurement" shall be paid for at the 23 unit price bid per week for `Portable Message Sign" rental. 24 c. The price bid shall include: 25 1) Delivery of Portable Message Sign to Site 26 2) Message updating 27 3) Sign movement throughout construction 28 4) Return of the Portable Message Sign post -construction 29 3. Preparation of Traffic Control Plan Details 30 a. Measurement 31 1) Measurement for this Item be per each Traffic Control Detail prepared. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 shall be paid for at the unit price bid per each "Traffic Control Detail` 35 prepared. 36 c. The price bid shall include: 37 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 38 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 39 (TMUTCD) 40 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 41 4) Incorporation of City comments 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 347113-3 TRAFFIC CONTROL Page 3 of 6 1 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 2 Transportation, Standard Specifications for Construction and Maintenance of 3 Highways, Streets, and Bridges. 4 1.4 ADMINISTRATXVE REQUIREMENTS 5 A. Coordination 6 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 7 implementing Traffic Control within 500 feet of a traffic signal. 8 B. Sequencing 9 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 10 approved by the City and design Engineer before implementation. 11 1.5 SUBMITTALS 12 A. Provide the City with a current list of qualified flaggers before beginning flagging 13 activities. Use only flaggers on the qualified list. I4 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 15 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the Project 16 shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A i7 copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 18 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 19 Engineer. 20 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 21 Specifications. The Contractor will be responsible for having a licensed Texas 22 Professional Engineer sign and seal the Traffic Control Plan sheets. 23 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 24 F. Contractor responsible for having a licensed Fexas Professional Engineer sign and seal 25 changes to the Traffic Control Plan(s) developed by the Design Engineer. 26 G. Design Engineer will furnish standard details for Traffic Control. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 347113-4 TRAFFIC CONTROL Page 4 of 6 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 YIELD [SXTE] CONDITIONS [NOT USED] 7 1.1.2WARRANTY [NOT USED] 8 PART 2 - PRODUCTS 9 2.1 OWNER -FURNISHED [0R] OWNER -SUPPLIED PRODUCTS [NOT USED] 10 2.2 ASSEMBLIES AND MATERIALS 11 A. Description 12 1. Regulatory Requirements 13 a. Provide Traffic Control Devices that conform to details shown on the Drawings, 14 the TMUTCD, and TXDOrs Compliant Work Zone Traffic Control Device List 15 (CWZTCDL), 16 2. Materials 17 a. Traffic Control Devices must meet all reflectivity requirements included in the 18 TMUTCD and TxDOT Specifications — Item 502 at all times during construction. 19 b. Electronic message boards shall be provided in accordance with the TMUTCD. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 EXAMINATION [NOT USED] 24 3.2 PREPARATION 25 A. Protection of In -Place Conditions 26 1. Protect existing traffic signal equipment. 27 3.3 INSTALLATION 28 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 29 the Drawings and as directed. 30 B. Install Traffic Control Devices straight and plumb. 31 C. Do not make changes to the location of any device or implement any other changes to 32 the Traffic Control Plan without the approval of the Engineer. 33 1. Minor adjustments to meet field constructability and visibility are allowed. CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 347113-5 TRAFFIC CONTROL Page 5 of 6 1 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 2 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 3 covering, or removing Devices. 4 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 5 and that retroreflective characteristics meet requirements during darkness and rain. 6 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 7 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 8 lights, signs, or other precautionary measures for the protection of persons or property), 9 the Inspector may order such additional precautionary measures be taken to protect 10 persons and property. I I F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 12 or in conflict with the proposed method of handling traffic or utility adjustments, can be 13 constructed during any phase. 14 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 15 distance of drivers entering the highway from driveways or side streets. 16 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 17 be erected and mounted on portable supports. 18 1. The support design is subject to the approval of the Engineer. 19 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 20 J. If at any time the existing traffic signals become inoperable as a result of construction 21 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 22 approved by the Engineer, to be used for Traffic Control. 23 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 24 turn-ons, street light pole installation, or other construction will be done during peak traffic 25 times (AM: 7 am - 9 am, PM: 4 pm - 6 pm). 26 L. Flaggers 27 1. Provide a Contractor representative who has been certified as a flagging instructor 28 through courses offered by the Texas Engineering Extension Service, the American 29 Traffic Safety Services Association, the National Safety Council, or other approved 30 organizations. 31 a. Provide the certificate indicating course completion when requested. 32 b. This representative is responsible for training and assuring that all flaggers are 33 qualified to perform flagging duties. 34 2. A qualified flagger must be independently certified by 1 of the organizations listed 35 above or trained by the Contractor's certified flagging instructor. 36 3. Flaggers must be courteous and able to effectively communicate with the public. 37 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 38 and follow the flagging procedures set forth in the TMUTCD. 39 5. Provide and maintain flaggers at such points and for such periods of time as may 40 be required to provide for the safety and convenience of public travel and 41 Contractor's personnel, and as shown on the Drawings or as directed by the 42 Engineer. 43 a. These flaggers shall be located at each end of the lane closure. 44 M. Removal CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised November 22, 2013 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 347113-6 TRAFFIC CONTROL Page 6 of 6 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices, used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANXNG [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 MSERR2019 City Project Number 102196 APPEN®XX GC-4.01 Availability of lands - None GC-4.02 Subsurface and Physical Conditions - None GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site - None GC-6.06.D Minority and Women Owned Business Enterprise Compliance MBE Subcontractor/Supplier Utilization Form MBE Prlme Contractor Waiver Form MBE Good Faith Effort Form MBE Joint Venture Eligibility Form MBE Specifications — Special Instructions GC-6.07 Wage Rates Heavy and Highway Construction Prevailing Wage Rates 2013 Commercial Construction Prevailing Wage Rates 2013 GC-6.09 Permits and Utilities - None GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements - None CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 GC-4.01 Availability ®f Lauds THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 0 GC-4.02 Subsurface and Physical Conditions THIS PACE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Number 102196 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 G®4e06 Hzr®"s Environmental Condition THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 C-6.06.D Minority and Women Owned Business Enterprise Compliance MBE Good Faith Effort Form MBE Joint Venture Eligibility Form BE Free Contractor Waiver Form MBE Specifications ® Special Instructions for Bidders MBE Subcontractors/Suppliers Utilization Form CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 ATTACHMENT 1C Page 1 of 4 FORTWORTH City of Fora Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror �P /R�OJJECT NAME: (� MAN/DBE NON-NWV/DBE !V!SERR201 9 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER .1 % Rio 102196 �If the Offeror did not meet or exceed the (VIBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no cater than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (use aawrionai sneers, rr necessary) List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 2/10/16 ATTACHMENT tC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) fist of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I 1 No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mail fisting to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of M13E firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (if yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of IVISE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE. The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2110115 ATTACHMENT 1 C Page 3 of 4 9.) Did you prepare a quotation for the IVIBEs to bid on goods/services specific to their skill set? Yes (if yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the MfWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of VIlork Reason for Rejection ADDITIONAL, INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on -this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Focal laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less -than one (1) year. Rev. 2110115 ATTACHMENT I Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed waslwere contacted in good faith. It is understood that any MBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's IV IWBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 2/10/16 Joint Venture Page 1 of 3 FORTWORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA "if not applicable. Name of City project: Sewer Main Extensions, Replacements, & Relocations Contract 2016 A joint venture form most be completed on each project RFPBid/Purchasing Number: i..Inint ventnre informafian: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Nco a of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 2i10115 Joint Venture Page 2 of 3 3. What is the percentage of AME participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. S. List components of ownership of joint venture: (Do not complete ifthis information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----- b. --Marketing and Sales ------------- c. Hiring and Firing of management personnel d Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 2/10/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or wilIfuI misrepresentation of facts. Name of MBE tirrn Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name, Notary Public Signature Commission Expires _ (seal) Rev. 2/10116 FORT WORY14 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT I Page 1 of 1 OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MM/DBE NON-MWDBE MS E RR2019 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER Rio % 102196 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. if the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable ifbpth. answers are yes. Failure to complete this form, in its entirety and be received by the Purchasing Division_ no later than 2:00 p.m., on the second_ City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered nonresponsive to bid specificatao::s_ Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. NO Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Focal laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2110115 FORT WOR111 City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $60,000 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MICE PROJECT GOALS The City's MBE goal on this project is L-10 —% of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. _SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver thy; MBE documentation ui person to 16e apprapriate employee of [lie purchasing dlviskon and obtain a dateAlma mceipl. Such re6elpl shall be r:viden.ce that the City received the documentation in kite time allocated_ A faxerl and/car errmailed copy Will notbo acc,00rd. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2.00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL. RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD. OF THREE YEARS. Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 2/10/15 ATTACHMENT IA Page 1 of 4 FORT" WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror NON-MMUDBE PROJECT NAME: VllW/DBE M S E R R2 019 BID DATE City's MBE Project Goal: Offoror's MBE Project Commitment: PROJECT NUMBER % Rio 1102196 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2rid tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and Counting those dollars towards meeting the contract committed goal. ALL MBEs MIDST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/10/15 FORTWORTH ATTACHMENT I v Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-IABEs:. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER o Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Parson E El 1:1 ❑ ❑ F El Rev. 211011 b ox� rWaxx ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority -and non-MBES, MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T in Detail Detail Address i Subcontracting Supplies Telephone/Fax e B S M Work Purchased DoIlarAmount Email r E E a Contact Person E F-1 El Rev. 2110115 FORT WORTH ATTACHMENT IA Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers 1 $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers f $ TOTAL. DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addilion form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed. MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address City/State]Zip Date Rev. 2110/15 Heavy and Highway Construction Prevailing Wage Dates 2013 Commercial Construction Prevailing Wage Rates 2013 CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Buiider/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions forthe classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud {gamer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 ' Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Une Shovel $ 19.31 Forklift $ 16.4S Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Weider $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published bythe Borth Texas Construction Industry (Fall 2012) Independently compiled bythe Lane Gorman Trubitt, PLLC Construction Group. The descriptions forthe classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 GC-6. 4 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH MSERR2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 102196 Revised July 1, 2011 l 1 0 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 MSERR2019 City Project Number 102196