HomeMy WebLinkAboutContract 53417i
RECE\VED
JAM 2 \ 2020
CITY0Ff0RTW0R1H
CITY SECRET'ARY
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Meadowbrook Golf Course Pump Station
Betsy Price
Mayor
City Project No. 101307
Scott E. Penn
CfJ..fll.Gl/81.
David Cooke
City Manager
District Superintendent, Park & Recreation Department
Prepared for
The City of Fort Worth
July 2019
.J PAPE-DAWSON
.,. ENGINEERS
6500 W Freeway, Suite 700
Fort Worth, Texas 76116
Texas Board of Professional Engineers, Firm Registration #470
OFFDCIAL RECORD
COTY SECRETARY
FT. WORTH, TX
FoRTWORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Meadowhrook Golf Course Pump Station
City Project No. 101307
Betsy Price David Cooke
Mayor City Manager
Scott E. Penn
District Superintendent, Park & Recreation Department
Prepared for
The City of Fort Worth
July 2019
PH ENGINEERS
6500 W Freeway, Suite 700
Fort Worth, Texas 76116
Texas Board of Professional Engineers, Firm Registration #470
ORTWORTH.
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
0032 15
Construction Project Schedule
0035 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 26
Contractor Compliance with Workers' Compensation Law
00 45 40
Minority 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 25 00
Substitution Procedures
01 31 19
Preconstruction Meeting
01 3120
Project Meetings
01 3216
Construction Progress Schedule
01 32 33
Preconstruction Video
013300
Submittals
0135 13
Special Project Procedures
01 45 23
Testing and Inspection Services
01 50 00
Temporary Facilities and Controls
01 5526
Street Use Permit and Modifications to Traffic Control
01 60 00
Product Requirements
01 66 00
Product Storage and Handling Requirements
01 70 00
Mobilization and Remobilization
01 71 23
Construction Staking and Survey
01 7423
Cleaning
01 7719
Closeout Requirements
01 7823
Operation and Maintenance Data
01 78 39
Project Record Documents
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
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 Project's Contract Documents
Division 43 — Special Equipment
43 21 25 Packaged Pump Station
Division 46 — Water and Wastewater Equipment
46 01 03 Startup and Commissioning Procedures
46 01 06 Operation and Maintenance Manual
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
hWs;//prof ectpoint. buzzsaw.com/client/foi-tworthgov/Resources/02%20-
%20Con struction %2ODocuments/Specification s
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
93 34�3 r� r c+ e , +>7 r + l rr r cr n
�el}tre ed L]a49T Stfen �n� Maocfial (GLSM7
03 8000 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
2605 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
31ol0 00 Site Glear-ing
3123 16 Unclassified Excavation
31 25 00 Erosion and Sediment Control
34 U-00 Gabions
31 37 00 Riprap
Division 32 - Exterior Improvements
32 Ol 1 ^7 D + Asphalt l� +� Paving D,,...,...
.. L x��� c��'�xrn�p g-xcvpcca
32 01 29 Concrete Paving Repair
32 H 23 Flexible Base Gearses
32 H 29 Dime T—Feate
32 H 33— Cement Treated�dBase Eeur-ses
CITY OF FORT WORTH Meadowbrook Godf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
000000-3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
32 13 13 Concrete Paving
3zr3 , DFiVePWaYS and Barrier Free Pd-ffnps
32 13 73 Concrete Paving Joint Sealants
3214
3P17i3 D.,,,e,,,o,-.F T,i.,rk:....s
3z7iTa
323126 W" FAPPUS .,,,.1 r_a4es
3:3-1 F,,.., es and Gates_
32 32 1:-3 Cast iB Dla„o f*,,.,,,FOW T?etai.,;.,.. W„ 11S
3�:. 01 19 'T`opse;_I_INIA-,.ame. t a —ad Fiaishiag „911ar.L,, ays
32 92 13 Hydro -Mulching, Seeding, and Sodding
3293 43 TWOS alld ShFUb
Division 33 - Utilities
33-41 3-1 Glased G;,..,..;t Telesis;,.., (r~94:V) irspeeti
33 03 10 Bypass PuaViag f E stiag Sower- gys4ems
33 04 10 7oifA Banding R-41,d 1:Io + ; ,I
,r4 11rrcvrry ace ccrcrorro
3304 3v-r0fnpemr-y Watervm=viee
3305 10 Utility Trench Excavation, Embedment, and Backfill
3305 14
33-05 16
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
Genef@t@atoo,_Vaults
G,.n,fet Gell r.,
93 05 1.7
330522
Steel Gasiffg Pipe
Hand T,,.,.,eli r
iffSt llati,,., F C.,,...;o.. Pipe ;,. G.,S;,,., T,,n-44-0 T ;
333 05 223
33 05-24
--
33 05 26
OF f
Utility Markers/Locators
33 0530
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
39 1 1 13
Polyvinyl Chloride (PVC) Pressure Pipe
G„n„rv+o Dre.,swe Pipe, Baf uTr.,.,,.,o.dv Steel G„liff dor Type
33 11 14 Buried Steel Pipe and Fittings
33 1220 Resilient Seated Gate Valve
33 4221 A A7 W A Rubbe f Seato.d ButterFh. S7.
33 1225 Connection to Existing Water Mains
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
000000-4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
Division 34 - Transportation
34 41 11
Tefnpomfy T..., f7F:., C; ....., I
Appendix
A.n�i �r
��rf- at.[in�s
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
END OF SECTION
CITY OF FORT WORTH Meadowbrook Goo Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
Clity of Fort Werth, Texas
Mayor and Council Communication
DATE, 12.QVig M&C FILE NUMBER. M&C 19-0350
LOG NAME: MMEADOWBROOK'se - -Pt. Mp
SLI045cl
Atithofta Execulir}n of a Construction Contract with C. GTean Smiling, LP, in the Arncurrl of $314,64a.00 for Iniigatian Pump Stiallon Reocaament
at Meadowbrauk Golf Course, Provide for Add H1onn1 Prajeol Costs and contingarjoas in Ibi.,� Amount of S34,900,00 fare Tat$d-Cainsiruction Cast
of $344,643.00, (COUNCIL DISTRICT 4)
fRECQPAMENDATION:
It 1.5 roccmrnended that the City I r}=Jil:
'I. Atilharixe the execution of a conalruclipai contact with C. Green Scoprng, LP, in the amouni of $314.64�.00 for reps CAMieni Dfitaa irrlgslian
pump slalion at Meadowbrovk GiAf Course.
p_ISCUSSION!
The Puipase of this Mayor and Ccruncill Cgmrrr nIcalJon (PA&C) to to aulhorize We zlw4a r1 and exar-ulinn of a construction n6ntracl wlth C. Green
Suaping, LP. In the amount of $314,643,00, for Me irrlgalian pump slapon replacement at rarleadowbraok Golf Course,
In Atrgu$t 2018, the City axe owl ad n ^Slundard Agteernent for fEnglacmdrig RaJaled ProfessiDnal Sorvlces (City Setrelary ND. 51126) with PSPB-
Dawsan Englrreering, Inc.. In the arnouni of 54o1 180.00 for the prepara!]on of constnactlon dorurmanls far replacement aril the irrigation Pump staUon
al Meadowhropk G41f CDui so- This agreemont was amended in ,lucre 2010 to Joclucla addltJornal alruciural assessment of the existing pump
statlori Ooor m the amount of $1,DD0.0a, far 21 total englneering contract in Ilse amount of 541,084,DD,
Total appmprialla>ns are summadzed below:
SOURCE
CURRENT (PROPOSED
APPROPRIATIONS33004
TOTAL
- Muni Golf
Gas Lease Gupltal
$39O,DDO.U0
n1a
$390,000.00
Propfct5� Fund
Tefal
$390,[}00.D0
WD.ODMDO
Frinding fnr this project vLmB Ifinluded In the Fiscal Year (PY) 2018-2022 Golf Capilal Improvements Plan (GIP) in the ar„aunt of $20 DUO,00 arrd
the FY 019-2D23-Golf G1P in tha amount of 50,W0,00_ Add ilional (unding In the amount of 5140,O00.O0 is heeded ciao to bid pace being
higher Plan nrtgineers estimat& and addlflonal funds have boon identified in the Muni Gdf Gas LeSsB Capital Projeciz Fund. Frevlously
appraprialed Ain du are not generally Inducted in the forward-Ioakinq CapltaI Improvarmenl Plans (CJP). Thare#ara, the prajecl for which hrndi:ng was
approprWlad In tha FY2018-2022 and FYZ019-W23 GIP as -not lnduded Jn the FY2O20-2024 €SIP, whirr wan presented tot he City Caland.1 in
Augot. 019. Tha, action in ilhis M&C will serve -to ameiad 1hd FV20 ]-2424 CIP.
T his prv]dol was advertised for bids on July 25 and August 1, 2D'I9 ira the. Fort h Star Tetagrarri_
Gn August 22, 2019.1he falls lMn bids were ri �We+d and tabulated;
f31DlOER TOTAL BID
C. Green Scaping, LP 39A,643,g{7,
Dake Canslrtactbn $367,415,40j
Bone bid Iff�pmvemenls Ind We: derrinl.1flarl & remavaJ of the exJsling puj'ip pause arrd pumpss. I4n2i1alfatlort 61 now pumps �ptimp Odd - 3 pumps),
irlstallalion of all necessary plumbing and contrpls, conoratesldewalk, end ambanlcment ritablicotlrjn,.
Thare is nix asaocialed arm wil r almenance-cast for 1hla projfmL The project total c"t will If prefesalorrml onglneurJng seIVI&S In The amautit
of $41,08t .00, a oanstruotian contract In tho at=iril of $314,843,00 and assocldted ccnslructlon points (inspaclion, labs and raonttngency) In IMe
arimounl of $30,000.00, totaling $305,723.00. Constructfon Jr anticlpaled to oaminence In pecarrEbar 2 t and be compietud bq ApfiI2020,
Cuntrect tlm4 iS DD aalan txr days,
A wnn+cr cf M5 goal rbc MBE I SD subeontr$ctling n3qulreMents was reque-Wed by the Depadinenl and approved by the ODD', irl ficcordsnce wffta
me MVVBE or DBE OrdlnBnce, bccouse thin punccase of goods or cervices Is frOM'WLucd,s where Suhc nVacting or r�upper afrporiuAlies are
negllgible.
This prat lopa�ed In COUNCIL DISTRICT d,
FISC}4LiN10 I C
The 01reclbr of 1 Rrlamer ca-' Mes thEit tipbn eppfoval cf Ma above rewommEmdatfan, Mnds wad be available In the i mmanl capllal budgal, as
appropriated, of the Munfapal Gaff G21a !_ease Gapltul Projecks FMnd. Pnvr to experldlime traing incurred, Ihv Park S Re reaW)n Depad me.nt has
the resparisiblllty'of verHyid)q pia avM113biiiiy of twnd!;.
Sit Jtted for CItYj ii aaer's Dfitd��y� Femar'idc Costa 6122
kginati�� 1 �Qdrss lfnitHdaet�; DaM Creek 5704
Adrjjjj0ajLjJjLEpj aiatjD l r rytact= sw t Penn 57150
00 05 15 - 1
ADDENDA
Page 1 of 1
1 SECTION 00 05 15
2 ADDENDA
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
CITY OF FORT WORTH Meadowbrook Goff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
001113-1
INVITATION TO BIDDERS
Page 1 of 2
1 SECTION 00 1113
2 INVITATION TO BIDDERS
3 RECEIPT OF BIDS
4 Sealed bids for the construction of Meadowbrook Golf Course Pump Station City Project
5 #101307 will be received by the City of Fort Worth Purchasing Office:
6
7 City of Fort Worth
8 Purchasing Division
9 1000 Throckmorton Street
10 Fort Worth, Texas 76102
11
12 until 1:30 P.M. CST, Thursday, August 22, 2019, and bids will be opened publicly and read aloud
13 at 2:00 PM CST in the Council Chambers.
14
15 GENERAL DESCRIPTION OF WORK
16 The major work will consist of the (approximate) following: Removing and replacing a 10 foot
17 wide concrete drive along with approximately 20 feet of water line and a Tee connection beneath
18 it. The Tee connection will proceed up and out of the ground as a Z pipe and connect to the
19 irrigation pump station that is also being replaced. The existing 16'x17' metal building with a
20 removable roof will he replaced, along with all pump equipment being replaced with a new pump
21 skid unit. Electrical will be updated and reran through new underground conduit across the
22 concrete drive to an existing building. The area surrounding the building will be graded to drain
23 and the swales will be protected with turf reinforcement mat and out/all through rip -rap to the
24 adjacent pond.
25
26 DOCUMENT EXAMINATION AND PROCUREMENTS
27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
28 of Fort Worth's Purchasing Division website at
29 lattps://prpj ecipoint. buzzsaw. com/fortworthgoN,/Advertised/ 10130 7°/a20%2OMcadowbrook%20G
30 oll%20Coursc%2OPum %2OStatipp? ublic and clicking on the Buzzsaw link to the advertised
31 project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed,
32 and printed by interested contractors and/or suppliers. The contractor is required to fill out
33 and notarize the Certificate of Interested Parties Form 1295 and the form must be
34 submitted to the Project Manager before the contract will be presented to the. City Council.
35 The form can be obtained at httas:/Avww.ethics.state.tx.us/tcc/1295-Info.htm .
36
37 PREBID CONFERENCE
38 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO
39 BIDDERS at the following location, date, and time:
40
41 DATE: August 6, 2019
42 TIME: 9: 00 a.m.
43 PLACE: Park & Recreation Department — Conference Rm. #2
44 Fort Worth, Texas 76115
45 LOCATION: LaGran Plaza
46 4200 S. Freeway, Suite 2200
47
48 CITY'S RIGHT TO ACCEPT OR REJECT BIDS
49 City reserves the right to waive irregularities and to accept or reject bids.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 22, 2016
001113-2
INVITATION TO BIDDERS
Page 2 of 2
2 INQUIRIES
3 All inquiries relative to this procurement should be addressed to the following:
4 Attn: Scott E. Penn, City of Fort Worth
5 Email: scottpenn@fortworthtexas.gov
6 Phone: 817.392.5750
7 AND/OR
8 Attn: Brandon O'Donald, Pape -Dawson Engineers
9 Email: bodonald@pape-dawson.com
10 Phone: 817.870.3668
11
12 ADVERTISEMENT DATES
13 July 25, 2019
14 August 1, 2019
15
16 END OF SECTION
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 22, 2016
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
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
002113-1
INSTRUCTIONS TO BIDDERS
Page] of S
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Examination of Bidding and Contract Documents, Other Related Data, and Site
3.1. Before submitting a Bid, each Bidder shall:
3.1,1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
3.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
3.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
Meadiowbrook Golf Course Primp Station
PAR-101307
0021 13 - 2
INSTRUCTIONS TO BIDDERS
Page 2 of 8
1 3.1.4. 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 3.1.5. Be advised that the Contract Documents on file with the City shall constitute all of
10 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 Contract
13 Documents just as though such addenda were actually written into the original
14 Contract Documents. No information given by the City other than that contained in
15 the Contract Documents and officially promulgated addenda thereto, shall be
16 binding upon the City.
17
18 3.1.6. Perform independent research, investigations, tests, borings, and such other means
19 as may be necessary to gain a complete knowledge of the conditions which will be
20 encountered during the construction of the project. On request, City may provide
21 each Bidder access to the site to conduct such examinations, investigations,
22 explorations, tests and studies as each Bidder deems necessary for submission of a
23 Bid, Bidder must 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 3.1.7. Determine the difficulties of the Work and all attending circumstances affecting the
27 cost of doing the Work, time required for its completion, and obtain all information
28 required to make a proposal. Bidders shall rely exclusively and solely upon their
29 own estimates, investigation, research, tests, explorations, and other data which are
30 necessary for full and complete information upon which the proposal is to be based.
31 It is understood that the submission of a proposal is prima -facie evidence that the
32 Bidder has made the investigation, examinations and tests herein required. Claims
33 for additional compensation due to variations between conditions actually
34 encountered in construction and as indicated in the Contract Documents will not be
35 allowed,
36
37 3.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
38 between the Contract Documents and such other related documents. The Contractor
39 shall not take advantage of any gross error or omission in the Contract Documents,
40 and the City shall be permitted to make such corrections or interpretations as may
41 be deemed necessary for fulfillment of the intent of the Contract Documents.
42
43 3.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
44
45 3.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
46 the site which have been utilized by City in preparation of the Contract Documents.
47 The logs of Soil Borings, if any, on the plans are for general information only.
48 Neither the City nor the Engineer guarantee that the data shown is representative of
49 conditions which actually exist.
50
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised August 21, 2015
00 21 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of 8
1 3.2.2. 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 3.2.3. 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 3.3. 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 or
17 procedures of construction (if any) that may be shown or indicated or expressly required
18 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 3.4. 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 4. Availability of Lands for Work, Etc.
32
33 4.1. 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 4.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel
45 the award of contract at any time before the Bidder begins any construction work on the
46 project.
47
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised August 21, 2015
0021 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 8
l 4.3. The Bidder shall be prepared to commence construction without all executed right-of-
2 way, easements, and/or permits, and shall submit a schedule to the City of how
3 construction will proceed in the other areas of the project that do not require permits
4 and/or easements.
5
6 5. Interpretations and Addenda
7
8 5.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
10 received after this day may not be responded to. Interpretations or clarifications
11 considered necessary by City in response to such questions will be issued by Addenda
12 delivered to all parties recorded by City as having received the Bidding Documents.
13 Only questions answered by formal written Addenda will be binding. Oral and other
14 interpretations or clarifications will be without legal effect.
15
16 Address questions to:
17
18 City of Fort Worth
19 1000 Throckmorton Street
20 Fort Worth, TX 76102
21 Attn: Scott E. Penn, Park & Recreation Department
22 Fax: 817-392-5724
23 Email: scottpenn@fortworthtexas.gov
24 Phone: 817.392.5750
25
26
27 5.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
28 City.
29
30 5.3. Addenda or clarifications may be posted via Buzzsaw.
31
32 5.4. A prebid conference may be held at the time and place indicated in the Advertisement or
33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the
34 Project. Bidders are encouraged to attend and participate in the conference. City will
35 transmit to all prospective Bidders of record such Addenda as City considers necessary
36 in response to questions arising at the conference. Oral statements may not be relied
37 upon and will not be binding or legally effective.
38
39 6. Bid Security
40
41 6.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
42 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting
43 the requirements of Paragraphs 5.01 of the General Conditions.
44
CITY OF FORT WORTH Meadmvbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAIR - 101307
Revised August 21, 2015
0021 13 - 5
INSTRUCTIONS TO BIDDERS
Page 5 of 8
1 6.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award
2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete
3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
6 other Bidders whom City believes to have a reasonable chance of receiving the award
7 will be retained by City until final contract execution.
8
9 7. Contract Times
10 The number of days within which, or the dates by which, Milestones are to be achieved in
11 accordance with the General Requirements and the Work is to be completed and ready for
12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
13 attached Bid Form.
14
15 8. Liquidated Damages
16 Provisions for liquidated damages are set forth in the Agreement.
17
18 9. Substitute and "Or -Equal" Items
19 The Contract, if awarded, will be on the basis of materials and equipment described in the
20 Bidding Documents without consideration of possible substitute or "or -equal" items.
21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to
23 City, application for such acceptance will not be considered by City until after the Effective
24 Date of the Agreement. The procedure for submission of any such application by Contractor
25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
26 Conditions and is supplemented in Section 0125 00 of the General Requirements.
27
28 10. Subcontractors, Suppliers and Others
29
30 10.1, In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
31 12-2011 (as amended), the City has goals for the participation of minority business
32 and/or small business enterprises in City contracts. A copy of the Ordinance can be
33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
36 Venture Form as appropriate. The Forms including documentation must be received
37 by the City no later than 2.00 P.M. CST, on the second business days after the bid
38 opening date. The Bidder shall obtain a receipt from the City as evidence the
39 documentation was received. Failure to comply shall render the bid as non-
40 responsive.
41
42 10.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
43 or organization against whom Contractor has reasonable objection.
44
45 11. Bid Form
46
47 11.1. The Bid Form is included with the Bidding Documents; additional copies may be
48 obtained from the City.
49
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised August 21, 2015
0021 13 - 6
INSTRUCTIONS TO BIDDERS
Page 6 of 8
1 1 L2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing
3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
4 price item listed therein. In the case of optional alternatives, the words "No Bid,"
5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
6 written in ink in both words and numerals, for which the Bidder proposes to do the
7 work contemplated or furnish materials required. All prices shall be written legibly.
8 In case of discrepancy between price in written words and the price in written
9 numerals, the price in written words shall govern.
10
11 11.3. Bids by corporations shall be executed in the corporate name by the president or a
12 vice-president or other corporate officer accompanied by evidence of authority to
13 sign. The corporate seal shall be affixed. The corporate address and state of
14 incorporation shall be shown below the signature.
15
16 11.4. Bids by partnerships shall be executed in the partnership name and signed by a
17 partner, whose title must appear under the signature accompanied by evidence of
18 authority to sign. The official address of the partnership shall be shown below the
19 signature.
20
21 11.5. Bids by limited liability companies shall be executed in the name of the firm by a
22 member and accompanied by evidence of authority to sign. The state of formation of
23 the firm and the official address of the firm shall be shown.
24
25 11.6. Bids by individuals shall show the Bidder's name and official address.
26
27 11.7. Bids by joint ventures shall be executed by each joint venturer in the manner
28 indicated on the Bid Form. The official address of the joint venture shall be shown.
29
30 11.8. All names shall be typed or printed in ink below the signature.
31
32 11.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
33 which shall be filled in on the Bid Form.
34
35 11.10. Postal and e-mail addresses and telephone number for communications regarding the
36 Bid shall be shown.
37
38 11.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
40 to State Law Non -Resident Bidder.
41
42 12. Submission of Bids
43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
46 envelope, marked with the City Project Number, Project title, the name and address of
47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
49 envelope with the notation "BID ENCLOSED" on the face of it.
50
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised August 21, 2015
0021 13-7
INSTRUCTIONS TO BIDDERS
Page 7 of 8
1 13. Modification and Withdrawal of Bids
2
3 13.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office
4
cannot be withdrawn prior to the time set for bid opening. A request for withdrawal
5
must be made in writing by an appropriate document duly executed in the manner
6
that a Bid must be executed and delivered to the place where Bids are to be submitted
7
at any time prior to the opening of Bids. After all Bids not requested for withdrawal
8
are opened and publicly read aloud, the Bids for which a withdrawal request has been
9
properly filed may, at the option of the City, be returned unopened.
10
11 13.2. Bidders may modify their Bid by electronic communication at any time prior to the
12 time set for the closing of Bid receipt.
13
14 14. Opening of Bids
I5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
16 abstract of the amounts of the base Bids and major alternates (if any) will be made available
17 to Bidders after the opening of Bids.
18
19 15. Bids to Remain Subject to Acceptance
20 All Bids will remain subject to acceptance for the time period specified for Notice of Award
21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at
22 City's sole discretion, release any Bid and nullify the Bid security prior to that date.
23
24 16. Evaluation of Bids and Award of Contract
25
26 16.1. City reserves the right to reject any or all Bids, including without limitation the rights
27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
28 and to reject the Bid of any Bidder if City believes that it would not be in the best
29 interest of the Project to make an award to that Bidder, whether because the Bid is
30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
31 meet any other pertinent standard or criteria established by City. City also reserves
32 the right to waive informalities not involving price, contract time or changes in the
33 Work with the Successful Bidder. Discrepancies between the multiplication of units
34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
35 between the indicated sum of any column of figures and the correct sum thereof will
36 be resolved in favor of the correct sum. Discrepancies between words and figures
37 will be resolved in favor of the words.
38
39 16.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
40 among the Bidders, Bidder is an interested party to any litigation against City,
41 City or Bidder may have a claim against the other or be engaged in litigation,
42 Bidder is in arrears on any existing contract or has defaulted on a previous
43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or
44 Bidder has uncompleted work which in the judgment of the City will prevent or
45 hinder the prompt completion of additional work if awarded.
46
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised August 21, 2015
0021 13 - 8
INSTRUCTIONS TO BIDDERS
Page 8 of 8
1 16.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and
2 other persons and organizations proposed for those portions of the Work as to which
3 the identity of Subcontractors, Suppliers, and other persons and organizations must
4 be submitted as provided in the Contract Documents or upon the request of the City.
5 City also may consider the operating costs, maintenance requirements, performance
6 data and guarantees of major items of materials and equipment proposed for
7 incorporation in the Work when such data is required to be submitted prior to the
8 Notice of Award.
9
10 16.3. City may conduct such investigations as City deems necessary to assist in the
11 evaluation of any Bid and to establish the responsibility, qualifications, and financial
12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and
13 organizations to perform and furnish the Work in accordance with the Contract
14 Documents to City's satisfaction within the prescribed time.
15
16 16.4. Contractor shall perform with his own organization, work of a value not less than
17 35% of the value embraced on the Contract, unless otherwise approved by the City.
18
19 16.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
20 responsive Bidder whose evaluation by City indicates that the award will be in the
21 best interests of the City.
22
23 16.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a
26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
27 comparable contract in the state in which the nonresident's principal place of
28 business is located.
29
30 16.7. A contract is not awarded until formal City Council authorization. If the Contract is
31 to be awarded, City will award the Contract within 90 days after the day of the Bid
32 opening unless extended in writing. No other act of City or others will constitute
33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
34 the City.
35
36 16.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
37
38 17. Signing of Agreement
39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the
40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter
41 Contractor shall sign and deliver the required number of counterparts of the Agreement to
42 City with the required Bonds, Certificates of Insurance, and all other required documentation.
43 City shall thereafter deliver one fully signed counterpart to Contractor.
44
45 END OF SECTION
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS PAIR-101307
Revised August 21, 2015
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page l of 10
I SECTION 00 32 15
2 CONSTRUCTION PROJECT SCHEDULE
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Project Schedule
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
I 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 D. Purpose
14 The City of Fort Worth (City) is committed to delivering quality, cost-effective
15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
16 properly structured schedule with accurate updates. This supports effective monitoring
17 of progress and is input to critical decision making by the project manager throughout
18 the life of the project. Data from the updated project schedule is utilized in status
19 reporting to various levels of the City organization and the citizenry.
20
21 This Document complements the City's Standard Agreement to guide the construction
22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
23 City in project delivery. The expectation is the performance of the work follows the
24 accepted schedule and adhere to the contractual timeline.
25
26 The Contractor will designate a qualified representative (Project Scheduler) responsible
27 for developing and updating the schedule and preparing status reporting as required by
28 the City.
29
30 1.2 PRICE AND PAYMENT PROCEDURES
31 A. Measurement and Payment
32 1. Work associated with this Item is considered subsidiary to the various items bid.
33 No separate payment will be allowed for this Item.
34 2. Non-compliance with this specification is grounds for City to withhold payment of
35 the Contractor's invoices until Contractor achieves said compliance.
36 1.3 REFERENCES
37 A. Project Schedules
38 Each project is represented by City's master project schedule that encompasses the
39 entire scope of activities envisioned by the City to properly deliver the work. When the
40 City contracts with a Contractor to perform construction of the Work, the Contractor
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR - 101307
Revised JULY 20, 2018
003215 -0
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 will develop and maintain a schedule for their scope of work in alignment with the
2 City's standard schedule requirements as defined herein. The data and information of
3 each such schedule will be leveraged and become integral in the master project
4 schedule as deemed appropriate by the City's Project Control Specialist and approved
5 by the City's Project Manager.
6
7 1. Master Project Schedule
8 The master project schedule is a holistic representation of the scheduled activities
9 and milestones for the total project and be Critical Path Method (CPM) based. The
10 City's Project Manager is accountable for oversight of the development and
i 1 maintaining a master project schedule for each project. When the City contracts for
12 the design and/or construction of the project, the master project schedule will
13 incorporate elements of the Design and Construction schedules as deemed
14 appropriate by the City's Project Control Specialist. The assigned City Project
15 Control Specialist creates and maintains the master project schedule in P6 (City's
16 scheduling software).
17
18 2. Construction Schedule
19 The Contractor is responsible for developing and maintaining a schedule for the
20 scope of the Contractor's contractual requirements. The Contractor will issue an
21 initial schedule for review and acceptance by the City's Project Control Specialist
22 and the City's Project Manager as a baseline schedule for Contractor's scope of
23 work. Contractor will issue current, accurate updates of their schedule (Progress
24 Schedule) to the City at the end of each month throughout the life of their work.
25
26 B. Schedule Tiers
27 The City has a portfolio of projects that vary widely in size, complexity and content
28 requiring different scheduling to effectively deliver each project. The City uses a
29 "tiered" approach to align the proper schedule with the criteria for each project. The
30 City's Project Manager determines the appropriate schedule tier for each project, and
31 includes that designation and the associated requirements in the Contractor's scope of
32 work. The following is a summary of the "tiers".
33
34 1. Tier 1: Small Size and Short Duration Project (design not required)
35 The City develops and maintains a Master Project Schedule for the project. No
36 schedule submittal is required from Contractor. City's Project Control Specialist
37 acquires any necessary schedule status data or information through discussions with
38 the respective parry on an as -needed basis.
39
40 2. Tier 2: Small Size and Short to Medium Duration Project
41 The City develops and maintains a Master Project Schedule for the project. The
42 Contractor identifies "start" and "finish' milestone dates on key elements of their
43 work as agreed with the City's Project Manager at the kickoff of their work effort.
44 The Contractor issues to the City, updates to the "start" and "finish" dates for such
45 milestones at the end of each month throughout the life of their work on the project.
46
47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
48 The City develops and maintains a Master Project Schedule for the project. The
49 Contractor develops a Baseline Schedule and maintains the schedule of their
50 respective scope of work on the project at a level of detail (generally Level 3) and in
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
0032 15 - 0
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager.
2 The Contractor issues to the City, updates of their respective schedule (Progress
3 Schedule) at the end of each month throughout the life of their work on the project.
4 C. Schedule Types
5 Project delivery for the City utilizes two types of schedules as noted below. The City
6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
7 monthly updates to the City Project Manager (end of each month) as a "progress"
8 schedule. The Contractor prepares and submits each schedule type to fulfill their
91 contractual requirements.
10
I 1
1. Baseline Schedule
12
The Contractor develops and submits to the City, an initial schedule for their scope
13
of work in alignment with this specification. Once reviewed and accepted by the
14
City, it becomes the "Baseline" schedule and is the basis against which all progress
15
is measured. The baseline schedule will be updated when there is a change or
16
addition to the scope of work impacting the duration of the work, and only after
17
receipt of a duly authorized change order issued by the City. In the event progress is
18
significantly behind schedule, the City's Project Manager may authorize an update
19
to the baseline schedule to facilitate a more practical evaluation of progress. An
20
example of a Baseline Schedule is provided in Specification 00 32 15.1
21
Construction Project Schedule Baseline Example.
22
23 2. Progress Schedule
24 The Contractor updates their schedule at the end of each month to represent the
25 progress achieved in the work which includes any impact from authorized changes
26 in the work. The updated schedule must accurately reflect the current status of the
27 work at that point in time and is referred to as the "Progress Schedule". The City's
28 Project Manager and Project Control Specialist reviews and accepts each progress
29 schedule. In the event a progress schedule is deemed not acceptable, the
30 unacceptable issues are identified by the City within 5 working days and the
31 Contractor must provide an acceptable progress schedule within 5 working days
32 after receipt of non -acceptance notification. An example of a Progress Schedule is
33 provided in Specification 00 32 15.2 Construction Project Schedule Progress
34 Example.
35
36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS
37 The following is an overview of the methodology for developing and maintaining a
38 schedule for delivery of a project.
39
40 A. Schedule Framework
41 The schedule will be based on the defined scope of work and follow the (Critical Path
42 Methodology) CPM method. The Contractor's schedule will align with the requirements
43 of this specification and will be cost loaded to reflect their plan for execution. Overall
44 schedule duration will align with the contractual requirements for the respective scope of
45 work and be reflected in City's Master Project Schedule. The Project Number and Name
46 of the Project is required on each schedule and must match the City's project data.
47
48 B. Schedule File Name
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of ] 0
1 All schedules submitted to the City for a project will have a file name that begins with the
2 City's project number followed by the name of the project followed by baseline (if a
3 baseline schedule) or the year and month (if a progress schedule), as shown below.
4
5 a Baseline Schedule File Name
6 Format: City Project Number _Project Name _Baseline
7 Example: 101376—
North Montgomery Street HMAC Baseline
8
9 0 Progress Schedule File Name
10 Format: City Project Number_Project Name _YYYY-MM
11 Example: 101376 North Montgomery Street HMAC_2018_01
12
13 • Project Schedule Progress Narrative File Name
14 Format: City Project Number —Project Name PN_YYYY-MM
15 Example: 101376_North Montgomery Street HMAC_PN 2018_01
16
17 C. Schedule Templates
18 The Contractor will utilize the relevant sections from the City's templates provided in the
19 City's document management system as the basis for creating their respective project
20 schedule. Specifically, the Contractor's schedule will align with the layout of the
21 Construction section. The templates are identified by type of project as noted below.
22 • Arterials
23 0 Aviation
24 O Neighborhood Streets
25 0 Sidewalks (later)
26 e Quiet Zones (later)
27 a Street Lights (later)
28 • Intersection Improvements (later)
29 a Parks
30 o Storm water
31 0 Street Maintenance
32 O Traffic
33 ® Water
34
35 D. Schedule Calendar
36 The City's standard calendar for schedule development purposes is based on a 5-day
37 workweek and accounts for the City's eight standard holidays (New Years, Martin Luther
38 King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
39 Christmas). The Contractor will establish a Schedule calendar as part of the schedule
40 development process and provide to the Project Control Specialist as part of the basis for
41 their schedule. Variations between the City's calendar and the Contractor's calendar
42 must be resolved prior to the City's acceptance of their Baseline project schedule.
43
44 E. WBS & Milestone Standards for Schedule Development
45 The scope of work to be accomplished by the Contractor is represented in the schedule in
46 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
47 development of the schedule activities and shall be imbedded and depicted in the
48 schedule.
49
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
0032H-0
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The following is a summary of the standards to be followed in preparing and maintaining
2 a schedule for project delivery.
3
4 1. Contractor is required to utilize the City's WBS structure and respective project type
5 template for "Construction" as shown in Section 1.4.H below. Additional activities
6 may be added to Levels i - 4 to accommodate the needs of the organization executing
7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83
8 "Construction Execution" that delineates the activities associated with the various
9 components of the work.
10
11 2. Contractor is required to adhere to the City's Standard Milestones as shown in
12 Section 1.4.I below. Contractor will include additional milestones representing
13 intermediate deliverables as required to accurately reflect their scope of work.
14
15 F. Schedule Activities
16 Activities are the discrete elements of work that make up the schedule. They will be
17 organized under the umbrella of the WBS. Activity descriptions should adequately
18 describe the activity, and in some cases the extent of the activity. All activities are
19 logically tied with a predecessor and a successor. The only exception to this rule is for
20 "project start" and "project finish" milestones.
21
22 The activity duration is based on the physical amount of work to be performed for the
23 stated activity, with a maximum duration of 20 working days. If the work for any one
24 activity exceeds 20 days, break that activity down incrementally to achieve this duration
25 constraint. Any exception to this requires review and acceptance by the City's Project
26 Control Specialist.
27
28 G. Change Orders
29 When a Change Order is issued by the City, the impact is incorporated into the previously
30 accepted baseline schedule as an update, to clearly show impact to the project timeline.
31 The Contractor submits this updated baseline schedule to the City for review and
32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the
33 following:
34
35 1. Time extensions associated with approved contract modifications are limited to the
36 actual amount of time the project activities are anticipated to be delayed, unless
37 otherwise approved by the Program Manager.
38
39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after
40 the date of receipt of the approved Change Order.
41
42 3. The changes in logic or durations approved by the City are used to analyze the impact
43 of the change and is included in the Change Order. The coding for a new activity(s)
44 added to the schedule for the Change Order includes the Change Order number in the
45 Activity ID. Use as many activities as needed to accurately show the work of the
46 Change Order. Revisions to the baseline schedule are not effective until accepted by
47 the City.
48
49
50 H. City's Work Breakdown Structure
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
1
2
3
4
5
6
7
8
9
t0
11
12
13
14
15
16
17
18
19
20
21
22
23
244
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10
Design Contractor Agreement
XXXXXX.30.20
Conceptual Design (30%)
XXXXXX.30.30
Preliminary Design (60%)
XXXXXX.30.40
Final Design
XXXXXX.30.50
Environmental
XXXXXX.30.60
Permits
XXXXXX.30.60.10
Permits - Identification
XXXXXX.30.60.20
Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10
ROW Negotiations
XXXXXX.40.20
Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10
Utility Relocation Co-ordination
XXXXXX.80 Construction
XXXXXX.80.81
Bid and Award
XXXXXX.80.83
Construction Execution
XXX XXX.80.85
Inspection
XXXXXX.80.86
Landscaping
XXXXXX.90 Closeout
XXXXXX.90.10
Construction Contract Close-out
XXXXXX.90.40
Design Contract Closure
1. City's Standard Milestones
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
Activity ID
Activity Name
Design
3020
Award Design Agreement
3040
Issue Notice To Proceed - Design Engineer
3100
Design Kick-off Meeting
3120
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3150
Peer Review Meeting/Design Review meeting (technical)
3160
Conduct Design Public Meeting #1 (required)
3170
Conceptual Design Complete
3220
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
3250
Conduct Design Public Meeting #2 (required)
3260
Preliminary Design Complete
CITY OF FORT WORTH Meadowbrook Goy'Course Pump Station
STANDARD SPECIFICATION PAIR - 101307
Revised JULY 20, 2018
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
1
3310
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
2
Water & Sewer
3
3330
Conduct Design Public Meeting #3 (if required)
4
3360
Final Design Complete
5
ROW & Easements
6
4000
Right of Way Start
7
4230
Right of Way Complete
8
Utility Relocation
9
7000
Utilities Start
10
7120
Utilities Cleared/Complete
11
Construction
12
Bid and Award
13
8110
Start Advertisement
14
8150
Conduct Bid Opening
15
8240
Award Construction Contract
16
Construction Execution
17
8330
Conduct Construction Public Meeting 44 Pre -Construction
18
8350
Construction Start
19
8370
Substantial Completion
20
8540
Construction Completion
21
9130
Notice of Completion/Green Sheet
22.
9150
Construction Contract Closed
23
9420
Design Contract Closed
24 1.5 SUBMITTALS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
A. Schedule Submittal & Review
The City's Project Manager is responsible for reviews and acceptance of the Contractor's
schedule. The City's Project Control Specialist is responsible for ensuring alignment of
the Contractor's baseline and progress schedules with the Master Project Schedule as
support to the City's Project Manager. The City reviews and accepts or rejects the
schedule within ten workdays of Contractor's submittal.
1. Schedule Format
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document
management system in the location dedicated for this purpose and identified by the
Project Manager. In the event the Contractor does not use Primavera P6 or MS
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification 00 32 115.1
Construction Project Schedule Baseline Example), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule for their scope of work and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document management system in the location dedicated for this purpose within ten
workdays of the Notice of Award.
CITY OF FORT WORTH Meadowbrook Godf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
003215-0
CONSTRUCTION PROGRESS SCFTEDULE
Page 8of10
1 The City's Project Manager and Project Control Specialist review this initial schedule
2 to determine alignment with the City's Master Project Schedule, including format &
3 WBS structure. Following the City's review, feedback is provided to the Contractor
4 for their use in finalizing their initial schedule and issuing (within five workdays) their
5 Baseline Schedule for final review and acceptance by the City.
6
7 3. Progress Schedule
8 The Contractor will update and issue their project schedule (Progress Schedule) by the
9 last day of each month throughout the life of their work on the project. The Progress
10 Schedule is submitted in electronic form as noted above, in the City's document
11 management system in the location dedicated for this purpose.
12
13 The City's Project Control team reviews each Progress Schedule for data and
14 information that support the assessment of the update to the schedule. In the event
15 data or information is missing or incomplete, the Project Controls Specialist
16 communicates directly with the Contractor's scheduler for providing same. The
17 Contractor re -submits the corrected Progress Schedule within 5 workdays, following
18 the submittal process noted above. The City's Project Manager and Project Control
19 Specialist review the Contractor's progress schedule for acceptance and to monitor
20 performance and progress.
21
22 The following list of items are required to ensure proper status information is
23 contained in the Progress Schedule.
24 0 Baseline Start date
25 0 Baseline Finish Date
26 0 % Complete
27 0 Float
28 0 Activity Logic (dependencies)
29 0 Critical Path
30 0 Activities added or deleted
31 0 Expected Baseline Finish date
32 0 Variance to the Baseline Finish Date
33
34 B. Monthly Construction Status Report
35 The Contractor submits a written status report (referred to as a progress narrative) at the
36 end of each month to accompany the Progress Schedule submittal, using the standard
37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress
38 Narrative. The content of the Construction Project Schedule Progress Narrative should
39 be concise and complete to:
40 0 Reflect the current status of the work for the reporting period (including actual
41 activities started and/or completed during the reporting period)
42 0 Explain variances from the baseline on critical path activities
43 0 Explain any potential schedule conflicts or delays
44 0 Describe recovery plans where appropriate
45 0 Provide a summary forecast of the work to be achieved in the next reporting period.
46
47 C. Submittal Process
CITY OF FORT WORTH Meadowbrook Goff Course Pump Station
STANDARD SPECIFICATION P-IR-101307
Revised JULY 20, 2018
00 32 15 - 0
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1 o Schedules and Monthly Construction Status Reports are submitted in Buzzsaw
2 following the steps outlined in Specification 00 32 15.4 Construction Project
3 Schedule Submittal Process.
4 ® Once the project has been completed and Final Acceptance has been issued by the
5 City, no further progress schedules or construction status reports are required from
6 the Contractor.
7 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
8 1.7 CLOSEOUT SUBMITTALS [NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
10 1.9 QUALITY ASSURANCE
11 A. The person preparing and revising the Contractor's Project Schedule shall be
12 experienced in the preparation of schedules of similar complexity.
13 B. Schedule and supporting documents addressed in this Specification shall be prepared,
14 updated and revised to accurately reflect the performance of the Contractor's scope of
15 work.
16 C. The Contractor is responsible for the quality of all submittals in this section meeting the
17 standard of care for the construction industry for similar projects.
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 1.11 FIELD [SITE] CONDITIONS [NOT USED]
20 1.12 WARRANTY [NOT USED]
21 IA3 ATTACHMENTS
22 Spec 00 32 15.1 Construction Project Schedule Baseline Example
23 Spec 00 32 15.2 Construction Project Schedule Progress Example
24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative
25 Spec 00 32 15.4 Construction Project Schedule Submittal Process
26
27
28 PART 2 - PRODUCTS [NOT USED]
29 PART 3 - EXECUTION [NOT USED]
30 END OF SECTION
31
32
33
34
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
00 32 15 - 0
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD SPECIFICATION PAR-101307
Revised JULY 20, 2018
003513-1
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth
procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form)
and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant
to state law. You are urged to consult with counsel regarding the applicability of these forms to your
company.
The referenced forms may be downloaded from the links provided below.
http://www.ethics.state.tx,us/formslCIQ.pdf
http://www.ethics.state.tx.us/formsICIS.pdf
[A CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
F] CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
C. Green Scaping, LP By: Curtis J. Green
Company y (Please 'nt)
2401 Handley Ederville Rd. Signature:
Address
Ft. Worth, TX 76118
City/State/Zip
END OF SECTION
Title: Vice President
(Please Print)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2018
Meadowbrook Golf Course Pump Station
PAR - 101307
0041 00
BID FORM
Page 1 of 3
SECTION 00 41100
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
1000 Throckmorton Street
City of Fort Worth, Texas 76102
FOR: Meadowbrook Golf Course Pump Station
Pump house, skid, & piping.
City Project No.: PAR-101307
Units/Sections:
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in
the Bidding Documents to perform and furnish ail Work as specified or indicated in the Contract Documents for the Bid Price and
within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid
insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or
entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,
or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the
purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence
the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding
process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to
deprive City of the benefits of free and open competition.
G. '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.
Meadowbrook Golf Course Pump Station
PAR 101307
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821
00 41 00
BID FORM
Page 2 of 3
3. Time of Completion
3.1 The Work will be complete for Final Acceptance within 90 calendar days after the date when the Contract
Time commences to run as provided in Paragraph 2.03 of the General Conditions.
3.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work (and/or achievement of Milestones) within the times specified in the Agreement.
4. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 4313 issued by a surety meeting the requirements of Paragraph 5.01 of the
General Conditions.
c. Proposal Form, Section 00 42 43
i
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 V
e. MWBE Forms (optional at time of bid) 0010 C poJ 0Ch ►`tPeA QJ
f. Conflict of Interest Affidavit, Section 00 35 13 V
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
9. Any additional documents that may be required by Section 12 of the Instructions to Bidders
5. Total Bid Amount
5.1 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.
52 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.
5.3 Evaluation of Alternate Bid Items
Total Base Bid $ 314,643.00
Alternate Bid $ -
Deductive Alternate $
Additive Alternate $
Total Bid $ 314,643.00
Meadowbrook Golf Course Pump Station
PAR 101307
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821
6. Bid Submittal
This Bid is submitted on August 22, 2019 by the entity named below.
Respectfully submi
By:
(Signature)
Curtis J. Green
(Printed Name)
Title: Vice President
Company: C. Green Scalping, LP
Address: 2401 Handley Ederville Rd.
Ft. Worth, TX 76118
State of Incorporation:
Texas
Email: cgreenRgreenscapinq.com
Phone: 817-577-9299
END OF SECTION
00 41 00
BID FORM
Page 3 of 3
Receipt is acknowledged of the Initial
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20150821
Meadowbrook Goff Course Pump Station
PAR 101307
0tl 42 43
BID PROPOSAL
Page 1 of I
SECTION 00 42 43
PROPOSALFORM
UNIT PRIDE BID
Bidder's Application
Project Item Information
Bidders Proposal
Bidlisl
Description
Specification
Section No.
Unit of
Measure
Bid
Quantity
Unit Price
Bid Value
Item No.
1
0241.011Remove Sidewalk (Sheet C3.1)
024113
SF
500
$3.00
$1,500.00
2
3311.Oi41 6" Water Pipe (Sheet C4.0)
3311 10,331112
LF
20
$348.00
$6,960.00
3
3312.3002 6' Gate Valve (Sheet C4.0)
33 12 20
EA
2
$2,180.00
$4,360.00
4
3311,0001 Ductile iron Water Fittings w/ Restraint (Sheet C4.0)
3311 11
TON
0.1
$28.400.00
$2,840.00
5
3311.0251 8" DIP Water (Sheet C4.0)
33 11 10
LF
18
$440.00
$7,920.00
6
2605.3027 3" CONDT PVC SCH 80, Open Cut (Sheet E1.0)
26 05 33
LF
44
$32.D0
$1,408.00
7
3213.0303 6" Conc. Sidewalk (Sheet C4.0)
32 13 20
SF
500
$9.00
$4,500.00
8
3123.0101 Unclassified Excavation by Plan (Sheet C3.1)
31 23 16
CY
25
$55.00
$1,375.00
9
3137.0105 Medium Stone Riprap, grouted (Sheet CAA)
31137 00
Sy
30
$118.00
$3.540.00
10
9999.0001 Remove Fxisting Metal Building (Sheet C3.1)
00 00 00
LS
1
$4,800.00
$4,800.00
9999.0002 Remove Existing Pumps, Valves, Fittings, Manifold, Piping.
00 00 00
LS
1
$5,088.00
$5,088.00
11
etc. (Sheet C3.0)
12
9999.0003 Remove Existing Z-Pipe, Tee, and 6" Piping (Sheet C3.1)
00 00 00
LS
1
$900.00
$900.00
13
9999.0004 Remove Existing Burned Electrical Conduit (Sheet C3.1)
00 00 00
LS
1
$1,200.00
$1.200.00
14
0999,0005 Inject Foam Under Existing Slab (Sheet C4.0)
00 00 00
LS
1
$6,400.00
$5,400.00
15
9999.0006 Install Metal Building With Removable Roof (Sheet C5.0)
00 00 00
LS
1
$48,500,00
$48,500.00
0.00
$165,80-
9999.0007 Purchase and Install Pumps With Skid, Manifolds, Valves,
00 00 00
LS
1
$165,800.00
16
VFD, Fittings, Filters, etc. (Sheet C5.0)
17
9999.0008 Attach Slid To Slab (Sheet S 1.0 & 82.0)
00 00 00
LS
1
$380.00
$380.00
18
9999.0009 Replace Load Panel Disconnect (Sheet C6.0 & E1.0)
00 00 00
LS
1
$14,960.00
$14,960.00
9999.00010 Install Building Flectrical, Lighting, Plugs, Conne0on to
00 00 00
LS
1
$21,440.00
$21�440.00
19
Hydraulic Pressure Pump (Sheet C6A)
9999,00011 Install Ventalation Fan and Heater for Building (Sheet
00 00 00
LS
1
$6.490.00
$6,490.00
20
21
c6.0)
9999.00012 Install Galvanized Metal Wet Well Screen (Sheet C5.0)
00 00 00
LS
1
$3,200.00
$3.200.00
22
9999.00013 EPDM Liner, 40-mil (Sheet C4.0)
000000
Sy
39
$28.OD
$1,092.00
23
9999.00014 Turf Reinforcement Mat (Sheet C4.0)
00 00 00
SY
1 30
$33.00
$990.00
Bid Summa
Base Bid
Total Base Bid
Alternate Bid
Total Alternate Bid
Deductive Alternate Bid
Total Deductive Alternate Bid
Additive Alternate Bid
Total Additive Alternate Bld
Total Bid $314,643.00
END OF SECTION
M.d-i-k Golf Course A, "p S1.6-
CITY OFFORT WORTH PAR 101307
STANDARD CONSTRUCTION SPECIFICATION DO CUmRNTS
Fonn Revisal 20120120
SECTION 00 4313
BID BOND
FLPlt,W ALL BY THESE PRESENYS:
004313
130 BOND
page 1 4f 2
That we. C Green Scaping, LP , known as
Clxn'Bidder" herein and Liberty Mutual Insurance Company a corporate surety
,. AWM
duly authorized to do businass in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
Of 06 paivent (J%) of Bidder's Msxlmum laid price, in lawful money of the United States, to be paid in Fort Worth,
Warrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the followiing project
designated as Meadouwbmolc Golf Course Pump Station
Pump house, skid, & piping.
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Pdrripal• and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract In writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in acoordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the {properly of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to comperrsafe City for the difference between PrincipaFs
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in —I County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the surety have SIGNED and SEALED this instrument by
duly authorized agents and officers On this te 22nd day of August , 201 J,
PRINCIP _
BY. _
onatu
AT%
c
Cyndy Cates, Attorney in Fact
Witness as to Name and Title
CITYOFFORT WORTFI
STANDARD OONSTRUCMN SPECIFICATION DOCUWNTS Mredo,vbroeM Goff Course Pump PAR OY3001-507
f
Fbrm Revised 201711CO
Witrtsss as to surety
Attach Power of Attorney (Surety) for Attornay-in Fart
004313
BID BOND
Pee2012
Addmw 2401 Handley Ederville Road
PO -Ft Worth,
SURETY:
Liberty Mutual Insurance Com an
BY:
Cody Cates, Attorneyr.�%14
Name and TdICL
Address: 320 Eagle Drive
Denton, TX 7620Y
Telephone Number: 94M82-9691
'Note: B slpned by an officer of the Surety Company, there must be on file a oertifed extract from the by laws
showing that this parson has authority to sign.such obligation. tf SurOWS physical address is different from
its mailing address. both must ba provided_ Tro date of the bond shall rwt be prior to the data the Contest is
awarded.
.END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIOP DOCUltEIJT5 Aieadrnahioo,(• Ga! Farrar Amp Station
Fr rm RQ.a° M M71149 -
PAR J01307
Ul
C: c
m
W
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
��1, The Ohio Casualty Insurance Company Certificate No: 8200272
qpMWest American Insurance Company
ailftETY
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Kylie Kelsoe, Cyndy Cates, Maurice Haywood, James E. King, JefT P. King
all of the city of Denton state of TX each individually if there he more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
Of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 1 lah , lay of January , 2019 .
Liberty Mutual Insurance Company
ti
tlaSO tV INSU 11481J,? The Ohio Casualty Insurance Company
F.`,,P�p52p°Rqf �� y� 4oR4ORgr�y `p coRP°RqT n West American Insurance Company
a mart .r r C, a r a F
Z 1912 0 oU 1919 n 1991
r�'iSsq CHUS�.aa y°yhalxva�'`�.dLo C,p �NnIPNP ,bL
13y. David M. Carey, Assistant Secretary
Slate of PENNSYLVANIA
County of MON.TGOMERY ss
On this I I th day of January 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at tang of Prussia, Pennsylvania, on the day and year first above written.
F.. ,
411 �-^^ '?'. COMMONWEALTH OF PENNSY4VANtA
FJ'�, ---...... Notarial Sent v
Teresa PasteIla, Notary Public
Upper ?.Aerion Twp
�, ., Montgomery County By: - -
My Commission Expires March 28,2021
ere5a Paslella, Notary Public
"�y�"T�If} Memher, Pennsylvania Aesocialie, ai NCtaries
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV —OFFICERS: Section 12. Power ofAttomey.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bands, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or aEtomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE Xlll — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respeclive powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate Secretary to appoint such
enecessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any arid all aundertak ngs Assistant t
bonds, fecognizances and other
act smay b surety
obligations.
Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Authorization —By unanimous consent of the Company's Board of Directors, the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Polver of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies glib'. 22nd _ day of August , 2019
1TJSUpp_- SY INSV 1NSU/Qq
JP oRPOvq�f J�oA°O'�gr�2
1912 fi O 1919 n 1991 0
8 �W
Y� C geS7HUi da NV A.a� dl rNa�� ;ea Renee C. Llewellyn, Assistant Secretary
38�T * 3y1 * dad
H
W
LI J
O M
G
N @
O �
1 C7
to O
N
CD
oCD
r� 3
a�
W �O
N
rb
E M
00
U 6
P
LMS-12673 LMIC OCIC WAIL; Multi Co 062018
Liberty
SURETY
TEXAS
IWORTANT NOTICE
To obtain information or make a complaint
You may call tolt-free for information or to
make a complaint at
1-877-751-2640
You may also write to:
Liberty Mutual Surety Claims
PO Box 34526
Seattle, WA 98124
you may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
Consumer Protection (III-1.A)
P. O. Box 149091.
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: litip://www.tdi,texas. av
E-mail: Consurnerprotection tdi.texas. ov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should first
contact the agent or call 1-800-843-6446.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
Liberty Mutaal5urety
Attention: LMS Claims
Po Cox 34526
Seattle, WA 98124
Phone. (206) 473-6210
1 ax. (F36(,) As-W13
Finaik H0SCL@1ibertymutaa1r0W
Lil3ertyMutualSureiyC:laims.corn
TEXAS
AVISO IWORTANTE
Para obtener infonnacion o Para someter una
queja:
Usted puede Ilamar al nutnero de telefono gratis
para informacion o Para someter una queja al
1-877-751-2640
Usted tarnbien puede escribir a:
Liberty Mutual Surety Claims
110 Box 34526
Seattle, WA 98124
Puede comunicarse con el Departamento de
Seguros de Texas para obtener infortnacion
acerca de companias, coberturas, derechos o
quejas al
1-800-252-3439
Puede escribir al Depaitamento de Seguros
de Texas Consumer Protection (I I I-lA)
P. O. Box 149091
Austin, TX 78714-9091
FAX R (512) 490-1007
Web: htt :l/www.tdi.texas. gov
E-mail: ConsumerProtectiotl@.td-i.texas.gov
DISPUfAS SOBRE PRIMAS O RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el agente o
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo Para proposito de infonnacion
y no se convierte en parte o condicion del
documento adjunto.
NP7068090.1
00 43 37
VENDOR COMPLIANCE TO STATE LAY
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. R1
BIDDER:
C. Green Scaping, LP By: 0 r V `I ' G re- e- W
2401 Handley Ederville Rd.
Ft. Worth, TX 76118 lgnature}
0
Title: Vice President
Date: R 1 a I J�(/)I q
END OF SECTION
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Form Revised 20110627
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
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 101307. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
C. Green ScAping, LP
Company
2401 HandleyEderville Rd.
Address
Ft. Worth, TX 76118
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Cathleen Ruiz
lease Print)
V
Signature:
Title: President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Cathleen Ruiz , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of C. Green Sc0ing, LP for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
December , 2019.
STACY LEE GEIGENMILLER `
zr' n�Notary Public, State of Texas
9a Comm. Expires 03-13-2022 Notary Publi in and fo he State of Texas
'�•�; bpi :�Notary In 125617920
- - — -
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Meadowbrook Golf Course Pump Station
PAR — 101307
00 45 40 - 1
Minority Business Enterprise Specifications
Page 1 of 2
1 SECTION 00 45 40
2 Minority Business Enterprise Specifications
3 APPLICATION OF POLICY
4 1f the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is
5 applicable.
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
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 9% of the total bid value of the contract (Base bid applies to Park
& Recreation).
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. 1111c Of vrot' shall
deliver Ilse 1v1BF- dL144LtII]?nIIII I{111 in lrersoii to i]io appropriate eiIlplu 'ee rai CI�N- p11rClIa91I7 ciivisicar� r,91d
obtain a dtitc/dine receip welt receipt gllaII he uvjil4}IMce dial ill C i(y receiwcd ikv doc unlenta I i o I t i I I die
time allocated. A fAxed andlor mimiled copy will ILOt he ucceptrd.
1. Subcontractor Utilization Form, if
goal is met or exceeded:
received no later than 2:00 p.m., on the second City business
day after the bid opening date, exclusive of the bid opening
date.
2. Good Faith Effort and
received no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form, if
day after the bid opening date, exclusive of the bid opening
participation is less than statedgoal:
date.
3. Good Faith Effort and
received no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form, if no
day after the bid opening date, exclusive of the bid opening
MBE participation:
date.
4. Prime Contractor Waiver Form,
received no later than 2:00 p.m., on the second City business
if you will perform all
day after the bid opening date, exclusive of the bid opening
contracting/supplier work:
date.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 9, 2015
Meadowbrook Golf Course Pump Station
PAR -101307
00 45 40 - 2
Minority Business Enterprise Specifications
Page 2 of 2
5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date-
2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE
3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS.
4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID
BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN T14E OFFEROR
5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR
6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS.
7 Any Questions, Please Contact The NMBE Office at (817) 212-2674.
S END OF SECTION
9
10
II
CITY OF FORT WORTI4 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION ,SPECIFICATION DOCUMENTS P,4R-101307
Revised June 9, 2015
Park & Recreation
City of Fort Worth
Departmental Request for Waiver
of MAP/SBZ Subcontracting/ Supplier Goal
$ z16,010.00
DEPARTMENT NAME: ESTIMATED COST
(Please select the appropriate circle)
ORFP ORFQ C)RFI OCISV 00ther State Cooperative Program OReverse Auction
NOTlB: AU support documentation needs to be attached to this request
Meadowbtook Golf Course - Irrigation Pump Station Rehab 101307
NAME
PROJECT NO.
(,—"— ����—r� 5760 6/19119
SIGNi�Ui4t OF PROJECT~ MANAGER EXTENSION DATE NIGP CODE
Prior 'to advertisement the contracting/managing department shall determine whether the bid/RFP is one which AMFISBE
requirements should not be applied. MBE/SBI3 requirements may be waived upon written approval of the Business Development
Manager, Office of Business Diversity (ODD). If one of the conditions listed below exists, the contracting/managing
department shall notify the Manager via this form, stating the specific reason(s) for requesting a waiver.
If the contracting/managing department and the Manager are in conflict over the granting of a waiver, either
may appeal to the City Manager, or designee, whose decision is final.
Please Check Applicable Reason:
A. Office of Business Diversity: A waiver of the goal for MBE/5BE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
BDE Ordinance, because the public or administrative emergency exists which requires the
goods or services to be provided with unusual immediacy; or
Vp B. Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
BDE Ordinance, because the purchase of goods or services is from sources where
subcontracting or supplier opportunities are negligible; or
C. Office of Business Diversity: A waiver of the goal for MBE/ SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
DBE Ordinance, because the application of the provisions of this ordinance will impose an
economic risk on the City or unduly delay acquisition of the goods or services; or
D. Office of Business Diversity: A waiver of the goal for MBE/ SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
DBE Ordinance, because the MWBE Waiver is based on the sole source information provided
to the MWBE Office by the managing department's project manager.
E. OTHER:
Justify Commodity or Service Waiver Request:
Project primarily consists of the purchase and installation of a prefabricated irrigatlon pump skid; minor piping tie-ins, minor concrete replacement and
erection of pro -tab shelter structure over skid. Due to the specialized nature of this project and narrow scopa wo are requesting a waiver for MBE participation.
Please use additional sheets, if needed
OSD SE d11TI.'St't VMWA� VUUI/ `arl (q
Approved Signature of OBD Authorized Personnel Date
Not Approved Signature of OBD Authorized Personnel Date
L- Rev.94-93.2019
Office of Business Diversity
Email: mwbeofficp@Lrtworthtexas.gov
00 52 43 - 1
Agreement
Page I of 5
1 SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on December 3, 2019 is made by and between the City of Forth
4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
5 ("City"), and C. Green Sppaing, LP
6 authorized to do business in Texas, acting by and through its duly authorized representative,
7 ("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 Meadowbrook Golf Course Pump Station
17 PAR-101307
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 Three Hundred Fourteen Thousand Six Hundred
21 Forty -Three Dollars ($ 314643.00).
22 Article 4. CONTRACT TIME
23 4.1 Final Acceptance.
24 The Work will be complete for Final Acceptance within 90 days after the date when the
25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions,
26 plus any extension thereof allowed in accordance with Article 12 of the General
27 Conditions.
28 4.2 Liquidated Damages
29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and
30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is
31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also
32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding,
33 the actual loss suffered by the City if the Work is not completed on time. Accordingly,
34 instead of requiring any such proof, Contractor agrees that as liquidated damages for
35 delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars
36 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final
37 Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Staiton
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 11.15.17
00 52 43 - 2
Agreement
Page 2 of 5
38 Article 5. CONTRACT DOCUMENTS
39 5.1 CONTENTS:
40
A. The
Contract Documents which comprise the entire agreement between City and
41
Contractor concerning the Work consist of the following:
42
1,
This Agreement.
43
2.
Attachments to this Agreement:
44
a. Bid Form
45
1) Proposal Form
46
2) Vendor Compliance to State Law Non -Resident Bidder
47
3) 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 vrovision is specifically intended to operate
77 and be effective even if it is alleged or proven that all or some of the damages being
78 sought were caused in whole or in part, by any act, omission or negligence of the city.
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 Meadowbrook Golf Course Pump Staiton
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 11.15.17
005243-3
Agreement
Page 3 of 5
83 6.2 Contractor covenants and agrees to indemnify and void harmless, at its own expense,
84
the city, its officers, servants and employees, from and against any and all Ioss, 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
proven that all or some of 1hLqRMAW being sought were caused, in whole or in par
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
ill
Northern District of Texas, Fort Worth Division.
112
7.6
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.
115
116
7.7
Prohibition On Contracts With Companies Boycotting Israel.
117
Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government
ll8
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 Meadowbrook Golf Course Pump,4taiton
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 11.15.17
005243-4
Agreement
Page 4 of 5
121 The terms "boycott Israel" and "company" sbalI 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. (I) 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
129 perform work under 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 I-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
139 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
165
CITY OF FORT WORTH Meadowbrook Golf Course Pump Staiton
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 11.15.17
006113.1
PERFORMANCE BOND
Page 1 of 2
Bond Number: 022057067
1 SECTION 00 61 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:.
6 COUNTY OF TARRANT §
7 That we, C. Green Scaping. LP known as
8 "Principal" herein and LibgM Mutual Insurance CoMpany , a corporate
9 surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a
11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
12 sum of, Three Hundred Fourteen Thousand, Six Hundred Forty -Three Dollars
13 ($ 314,G43.00 ), lawful money of the United States, to be paid in Fort. Worth, Tarrant
14 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our
15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the 03 day of December _- 2019, which. Contract is hereby referred to and
19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
20 labor and other accessories defined by law, in the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated as lfeadowbrook Golf Coarse Pump Station,
22 PAR—101307.
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
26 specifications, and contract documents therein referred to, and as well during any period of
27 extension of the Contract that may be granted on the part of the City, then this obligation shall be
28 and become null and void, otherwise to remain in full force and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Worth Division.
CITY OF FORT WORTH Meadowbrook Golf Courm Pump.StafJon
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
006113-2
PERFORMANCE BOND
Page 2 of'2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this band shall be determined in
3 accordance with the provisions of said statue,
4 IN WITNESS WHEREOF, the Bi-tcipal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the
6 December 2019
7
8
9
10
11
1.2
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
ATTEST:
(Principal) Secretary
Witness as to 6
ncipal
JA,��
. itness as to Surety
18th
day of
PRINCIPAL —
BY:
._. .
_C. Green Scaping, LP��A
BY:
7 _/
Signature (K
Cathleen Ruiz — President
Name and Title
Address: _2401 Handley Ederviille Rd._
Ft- Worth, TX 76.11 S
SURETY:
�Libertr} Mutual Insurance C.o Via _
13Y: P
��--
S fnatur
___Cund�r Cates — Attoiriey In.I act
Name and. Title
Address: 320 Eagle Drive, Suite 210
Denton, TX 76201
Telephone Number: 940--182-9691
*Note: If signed by an officer of the Surety Company, 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.
CITY OF FORT WORTH Membivbrook Golf Coarse Pump Station
STANDARD CONSTRUCTION SPECIFICATIONDOCUA4FNTS PAR-101307
,Reviser] July I, 201I
165
166
167
168
169
170
171
172
173
174
175
176
177
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").
Contractor: C. Green Soaping, LP City of Fort Worth
Fernando Costa By: it i � Assistant City Manager °
{Sign*re)
Date
Cathleen Ruiz Attest:
(Printed Name) City Se re ry''�
Title: President (Seal) ��'
Address: 2401 Handley Ederville Rd.
M&C 19-0360
Date: December 3, =9
Form 1295 No. 2019-546665
City/State/Zip: Fort Worth, TX 76118
Date
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration1fthis contract, including
ensuring all rformance and reporting
Scott E.
District
Approved to Form and Legality:
Douglas .
Assistant City,,�ttorney
APPROV
D#fd Creek r V
A TING DIRECTOR,
Park & Recreation Department
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 11, i 5.17
omC BAL RECORD
CJ V SECRETARY
Meadowb ok Got au rt
�(D
o
6 7
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Libert Liberty Mutual Insurance Company
�it�[� The Ohio Casualty Insurance Company Certificate No: 8200272
West American Insurance Company
SURETY
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies!'), pursuant to and by authority herein set fortis, does hereby name, constitute and appoint,
Kylie Kelsoe, Cyndy Cates, Maurice Haywood, James E. King, JefP. King
all of the city of Denton stale of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I t th day of January , 2019 .
Liberty Mutual Insurance Company
1Nsugq P�q [ INSV�p 1NS(of � The Ohio Casualty Insurance Company
�`ti ao4poEyyr yC yJ G°a4O1�r -"Z \VP�oRpDr+arFy�r West American Insurance Company
F a � o cri
1912 0 0 1919 V 1991 001
Jj/J
Yp1`$3ACHU`� :aa y�y HAMF`'a�O a 401ANi" .db i
9t7 * f �H1 } �ibr * ) By.
David M. Carey, Assistant Secretary
to of Fi =-+INSYLVANIA ss ro
mly of'MONTGOMFRY
this l l th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o
npany, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = F
rein contained by signing on behalf of the corporations by himself as a duly authorized officer. O lu
WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
Po„
COMMONWEALTH O_F PEN
Notarial Seal
Teresa Pastel€a, Notary Public
Upper Menon Twp., Monlgunlery CaEnty By
My Commiss'on Expires March 28, 2021
Memtwr. Pennsyrvania Assocatlon of Nciaries
I %N
Public
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12, Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as 9 signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surely Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set fortis in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation --The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such aRomeys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �I stl-r day of December 2019
4 SNSUR ,I,( INS& 1NS(/RQ
aP P°
o�r� 5J 4°aro'�f'¢4� .WQ °t'rr�r yam.
1912 o a 1919 1991 0
d'9ACHt15a ��yMAMPS'r`��b� YpEA�'E a By:
3�7�7 * �aa �yl * hid s�� * ���., Renee C. Llewellyn, Assistant Secretary
`oc:>
O
C
E
016
L r0
Ln0
c
04)
o�
}o
a>
d
0?
EV)
o0
U O
09
LMS-12873 WIC OCIC WAIC Multi C°_062018
0061 M -t
PAYMENTBOND
Page 1 of 2
Bond Number: 022057067
1 SECTION 00 €1 14
2 PAY14fENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS-
6 COUNTY OF TARRANT §
7 That we, C. Green Scaping, LP , known. as "Principal" herein, and
8 —Libgm Mutual Insurance Com an —, a
9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or snore), are heldand firmly bound unto the City of Fort Worth, a
1.1 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
12 in the penal sum of Three Hundred Fourteep Thousand, Six Hundred Harty -Three Dollars
13 ($ 314 643A0 }, lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our
15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 03 day of December _-_- , 201% which Contract is hereby referred to and made
19 a part hereof for all purposes as if fully set forth herein, to famish all materials, equipment, labor
20 and other accessories as defined by law, in the prosecution of the Work as provided for in said
21 Contract and designated as Nleadowbrook Go Vourse Pump Station, PAR —101307.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall gay all monies owing to any (.and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH Meadowbrook Golf Course Pwnp Stedion
STANDARD CONSTR[JCITON SPECIFICATION DOCIMFNTS PAR-101307
Revised July1, 2011
006114-2
PAYMENTBOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 18t11 day of
3 December , 2019
4
ATTEST:
(Principal) Secretary
Witness as -irncipai
PRINCIPAL:
C. Green Sea i _"%P
BY:
Sigrlature
Cathleen Ruiz - President_
Name and Title
Address: _2401 Handle FAerville Rd.
Ft. Worth, TX 76118
SURETY:
Liberty Mutual Insurance Company
ATTEST:
Si ature
Qmdy Cates -- Attorney In Fact
(Surety) Secretary Name and Title
Address: _320 Eaale Drive, Suite 210_
Denton. TX 7620 i
Nwitnesas to Surety
Telephone Number: _940-382-9691
5
6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is difl=erent from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
11 END OF SECTION
12
CITY OF PORT WORTH MeadowbrookGoif Course PanipMation
STANDARD CONSMUCTION SPF,CIFICATION DOCUMENTS PAIL - 101.307
Revised July 1, 2011
V a%
occ
�>
a� m
ca
00
N
dj O
O �
C �
N N
r,T �
E .c
E�
O �
This Power of Attorney limits the acts of those named herein, and they have no authority to
Lib
bind the Company except in the manner and to the extent herein stated.
LibLiberty Mutual Insurance Company
Mutual The Ohio Casualty Insurance Company Certificate No: 8200272
West American Insurance Company
SURETY
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Kylic Kelsoe, Cyndy Cates, Maurice Haywood, James E. King, Jeff P. King
all of the city of Denton state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I 1 th day of January , 2019 .
Liberty Mutual Insurance Company
Pv tNSLI Pori INS& hrrsup The Ohio Casualty Insurance Company
�J �o�PO"LaT �n y`� �o�OR4r�y CiP 0,?4 �C West American Insurance Company
Fp {� U ? FQ � 2 �0 5n f 1912 1919 1991
0 �l
Ydd�zgsAckOs�.da y0 y o
PM t >.��dL3 By'7 y1 . R'% s�
David M. Carey, Assistant Secretary
State of PI NNSYLVANI
ss
County of MONTGOMERY
On this I Lth day,of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, TI10 Ohio Casually C2rapany, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by dgrmiiq on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
.1
COMMONWEALTH OF PENN&YLVANIA
._-.....Te - Notarial Seal
O; Teresa
_ Notary Public Upper AorionTwia., Montgomery County
By:
My Commission Expires March 28, 2021 Teresa Pastella, Notary Public
Member, Penmyivania Association of Notaries
JtiY lii
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by [he Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in [heir respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as t signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII —Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty In.urbnce Company, Idberry Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, t W and eorwit copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the aeais of said Companies this_ 18th day of December , 2019 .
tNSUq �SY IN— � %Nsu,? .
j?G°tev°qqf C. GJ 01aP°Ip,7fi4M� � � 24p4P0/pq �+Ym
1912 0 0 1919 � .1901
sackus,dD y°� ryaane5��da
: AL�
yt,,has y Renee C. Llewellyn, Assistant Secretary
to
N
kl
>r
1 Q
O
a=+ Q1
o<D
n�
7 p
tv I',`� N
0?
E�
_o?
0a
U—
o CD
LMS-12B73 LMIC OC1C WAIL MultiCo_062018
006119-1
MAINTENANCE BOND
Page 1 of 3
Bond Number: 022057067
1 SECTION 00 6119
2 MAINTENANCE 13OND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS.,
6 COUNTY OF TARRANT §
7 That we C, Green Scaping, LP known as "Principal" herein and
8 Liberty Mutual Insurance Company , a corporate surety
9 (sureties; if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort North, a
i 1 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
12 in the sum of Three Hundred Fourteen Thousand. Six Hundred FoAy-Three Dollars
13 (S_314;643.00 --- j, lawful money of the United States, to be paid in Fort Worth,
14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its
15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
16 and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 03 day of December , 20,199, which Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
21 materials, equipment labor and other accessories as defined by law, in the prosecution of the
22 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
23 the -Work") as provided for in said contract and designated as Meadowhrook Golf Course pump
24 Station,, PAR-101307; and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will
28 remain free from defects in materials or workmanship for and during the period of two (2) years
29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
32 upon receiving notice from the City of the need therefor at any time within the Maintenance
33 Period.
34
CITY OF FORT WORTH Meadowbrook Golf Coarse Pump Shiro»
STANDARD CONSTRUCIZON SPECIFICATIONDOCDMFNTS PAR -101307
Revised Ady 1, 2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
pal
006119.2
MAINTENANCE 13OND
Page 2 of3
NOW THEREFORK the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by City, to a completion
satisfactory to the City, thenn this obligation shall become null and void; otherwise to remain in
full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
the Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division, and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECFICA-TTON DOCUMENTS
Revised July 1, 2011
,4feadowbrook.Gulf Course. Pump Station
PAR-101.307
006119-3
MAIMENANCE.BOND
Page 3 of 3
1 IN WITNESS WIIEREOT', the Principal and the Surety have cacti SIGNED and SEALED this
2 instrument by duty authorized agents and officers on this the 18th clay of
3 December 12019 .
5 PWNCIPAL:
6 C, Green Scaping, LP
7
8
9 BY:
10 Signa e
I ATTEST:
12
13 Cathleen Ruiz - President
14 (Principal) Secretary Nantc and Title
15
16 Address: Z40I Handley %dervilleRd.
17 —Ft. Worth TX 76118
18
19 20 Witness as to incipa
21 SURETY:
22 _Libcrty_l�utual lnsuranc, Cflanv
23
24
25 BY:
.47
26 AS gnature
27
28 Cvndv Cates — Attorney Iin Foct
29 ATTEST: Name and Title
30
31 Address: _32Q Eaple_Drive, Stute_2_IO
32 lil
ty
33
Secretary _Denton, TX 76201
34
35 e. sas to Sut ety Telephone Nunlljer: _"4-382--9691
36
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contractis awarded.
M
CITY OF FORT WORTH ijendbwbrook Golf Covue Pump Station
STANDAkD CONS'IRUCUON SPECIFICATION DO(°UMM4TS PAR - 101307
Revised July 1, 2011
.Liberty
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POKER OF ATTORNEY
Certificate No: 8200272
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Kylie Kelsoe, Cyndy Cates, Maurice Haywood, James E. King, Jeff 1'. King
all of the city of Denton state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, INS Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this l I th day of January , 2019 .
Liberty Mutual Insurance Company
P� >rrsugq P�Ili
INS& 1NSuq� The Ohio Casualty Insurance Company
J2�oRpOf+gT�'�`�,� �J2voR°Oj+grQ"4yh P2oRpOr+gTQ'�'�,� West American Insurance Company
1912 0 1919 h 1991 n a
s$ a o N
��s•5`ACHUST',aL O�hAMV`+�,da� +CS �NolAN4',aa� /� C
By:'tn
David M. Carey, Assistant Secretary
of PENNSYLVAN IA.
hr of MONTGOMERY s'
this I I th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
npagy,The Ghio casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
-ein contained,by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
COMMONWEALTH OF PENN3YLVANIA ,yam
Notarial seal
Teresa Paslella, Notary Public v
p Upper Merron Twp., Montgomery CovnLy By:
My Commission Expires March 2$ 202i er,,a
"Cad 0 r„-• .$ Ml ben, Pennsylvania Assoaalion of Notaries
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE Iv— OFFICERS: Section Q. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such atlomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation --The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-
facl as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surely bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 18th day of December , 2019 .
v INS Uq o,( INS&
4oRro r-1
�3 tom �rt3 Fo �;
$ 1912 o O 1919 n
Y�,� 8N4CH1154. da �O �HAMS"`'�.aa$
a LNsug9
1991 �} o
BY �s Jm4 Renee C. Llewellyn, Assistant Secretary
q,S *: � ,'A
._ F—
Ul
U Lu
O Q
4�
03 M
o m
LQ
_L o
C Q%
>o
D"v
N
= M
_0?
So
N
LMS-12873 LMIC OCIC WAIC Multi Co 062018
Liberty
mutwil$
SURETY
TEXAS
IMPORTANT NOTICE
To obtain information or snake a complaint:
You may call toll -free for information or to
make a complaint at
1-877-751-2640
You may also write to:
Liberty Mutual Surety Claims
PO Box 34526
Seattle, WA 98124
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
Consumer Protection (I I I -IA)
P. O. Box 149091
Austin, TX 78714-909:1
FAX: (512) 490-1007
Web: hLp://www.tdi,texas.gav
E-mail:C.'.onsumerProtectiongtdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should first
contact the agent or call 1-800-843-6446.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
Liberty MutuaISurety
Attention: LiIMS Claims
PO sox 34526
Seattle, WA 98124
Mono: (206) 473-6210
Fax: (866) 548-68l3
Email: t1QSCLt�l1#�ertymutual.cnm
LibertyMutual5uretyClaims.com
TEXAS
AVISO TWORTANTE
Para obtener inforniacion€ o para someter una
queja:
Ust.ed puede llamar A numero de telefono gratis
para information o para someter una queja al
1-877-751-2640
Usted tambien puede escribir a:
Liberty Mutual Surety Claims
PO .Box 34526
Seattle, WA 98124
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companies, coberturas, derechos o
quejas al
1-800-252-3439
Puede escribir at Departamento de Seguros
de Texas Consumer Protection (I i I -IA)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: http:/lwww.tdi.texas.gov
E-mail: ConsumerProtectionatdi.texas. og_v
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclamno, debe comunicarse con el agente o
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departatnento ('1'DI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de information
y no se convierte on parte o condicion del
doc.umento adjunto.
NP7069090.1
006125-I
CERTIFICATE OF INSURANCE
Page 1 of 1
1 SECTION 00 6125
2 CERTIFICATE OF INSURANCE
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
I 060 (07 13)
T1AIS ENDORSEMENT CHANGES 1 HE FNDLICY. PLEASE READ IT CAREFULLY.
BLANKET NOTIFICATION TO OTHERS OF CANCELLATION
This endorsement modifies insurance provided under the following:
BUSINESS A! TO COVERAGE FORM
F3USINkSS AL. l O PHYSICAL DAMAGE COVE -RAGE FORM
BUS!NESSCWNi;RS COVERAGE FORM
COMMERCIAL CRl[ME C:OV-MRAGE FORM
001MMERCIAL GENERAL L IABILrrY CCVERAGE PART.
COMMERCIAL INLAND MARINE COVERAGE FART
COMMERCIAL L IAt3ILFrY UMBRELLA COVERAGE FORM
COMMERCIAL OUTPUT POLICY
COMMERCIAL PROPERTY COVERAGE PART
FARM COVERAGE PART
FARM Up GRELLA C OVFRAC3E FORM
GARAGE COVERAGE FORM
LIQUOR LIABILITY COVERAGE PART
PRODUCT WITHDRAWAL COVERAZE PART
PRODUCTSIGOMPLETEO OPERATICh S LIABILITY COVERAGE PART
ifwe aamnoej this policy for any statutorily permitted reason other than nonpayment of premium we will
mail notice of cancellation to any person or organization to whom you have agreed in a written contract
that notice of cancellation of this policy vAll be given, but only if;
1. You send us a written request to provide such notice, inciuding the na me and address of such
person or organization, after the first Named Insured shovwn in the Declarations receives notice
from tits of the cancellation of this policy; and,
2. We receive such written -quest at least 45 days before the effective date of cancellation.
We will mail such notice at least 30 days befom the ,effective date of the cancellation.
Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or
organization to be given notice, and said person or organization shall have no rights under this policy if
helit does not receive notice per this endorsement.
IL 060 (0713) Copyright 2013 FOCI Insurance Group. Page 1 of 1
ovore
AUTO FIRST CHOICE COVERAGE ENDORSEMENT
TABLE OF CONTENTS
DESCRIPTION PAGE
AirbagCoverage ................................... .................................... ,..,.............................................................................
AutoLoan/Lease Cap Coverage..................................................................................................................>...........3
BroadForm Insured .............. ........................... .................................................................................................... ...... I
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
Lassof Use Expenses .................................................................................................................................................. 2
SupplementaryPayments ................. ............................................................... .... ........... .......................................... 2
'transfer of Rights of Recovery against Others to Us...............................................................................................4
TransportationExpenses..........................................................................................................................................2
Insured Copy
THIS ENDORSEMENT CHANGES THP_ POLICY. PLEASE READ IT tiRI FULLY.
AUTO FIRST CHOICE COVERAGE ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
NOTE: The follo;,;ing are additions, replacements and amendments to the Business Auto Coverage Form, and
will apply unInm; excluded by svpara(e cndvrsernent(ti) t: the Business Auto Coverage Form.
With respect to coverages provided by this endor; emerit, 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 foll.m.-Ing:
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 1110 be considered
insured under this policy, you must notify us of such subsidiaries within 60 days of policy affective 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 ownershio or a majority interest. However, coverage under
this provision:
(1) Does not apply if the organization you annuire 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 lit its '-limits of
Insurance;
(2) noes not apply to "budily injury" or "property damage" that occurred before you acquired or formed
the crgar;izatlon, and
(3) Is afforded only for the first gL days after you acquire or form the organization or until the end of the
policy period, whichever cornea first,
f. Any person or organization who is required under a u,rittgn rnntraH nr agreemeni betwr en 'you and that
person or organization, that is signed and axec:uted by you before !ha "biadily injury" or "property
damage" onnurs and! that Is in effect during the pofluy period, to be ne^:ed as an additional insured is
an "insured" for Llabgity Coverage bus only for damages to which this Insurance applies and only to the
extent that person or organization.qualifies as an ":nsured" under the Who Is An Insured provision
contained in 5ealon 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
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 (a) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted
and replaced by the following:
CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4
Copyright 2015 FCC! Insurance Group.
Insured Copy
COMMERCIAL AUTO
CAU 058 (01 15)
(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 a. under section B. Exclusions is deleted and replaced by the following:
5_ renow 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 $15 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 $!5 par day, to a
total maximum of $2,000.
B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage:
c. Eire 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 $1,000 for your liability for fire department
service charges assumed by contractor or agreement prior to loss.
No deductible applies to this additional coverage.
d. Auto Loan/Lease Gap Coverage
The following provisions apply:
(1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this
coverage form and the lessor of the covered "auto" is named as an additional insured under this
policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount
due on the lease, less the amount paid under the Physical Damage Coverage Section of the
policy; and less any:
(a) Overdue lease or loan payments including penalties, interest, or other charges resulting from
CAU 058 (01 15) Includes copyrighted material of the Insurance services Office, Inc., with its permission. Page 2 of 4
Copyright 2015 FOCI Insurance Group.
hlsurad Copy
COMMERCIAL AUTO
CAU 058 (01 15)
overdue paymeris at the time of the "loss";
(b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high
mileage;
(c) Security deposits not refunded by the lessor;
(dJ Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance
purchased with the loan or lease; and
(e) C'Erry-over balances from loss% p,r Ileases.
(2) If an owned `auto' is a covered 'sato" under this coverage fnrrn and the loss payee of the
noverad "auto" is nomad a fuss payee under this policy, In the event of a total loss to the covered
"auto", we will pay any unpaid amount due on the loan, less the amount paid undar the Physical
Damage Coverage Ssctlan afthe pollcT. and less any;
(a) Overdue loan payr-ent4 at the time of the "loss';
(b) Cosls for extended varrantie$, Credit Life Insurance, Health Accident or Disability Insurance
purchased with the loan; and
(c) Carry-over balances f roar previous loans.
C. Paragraph 3. under section D. Exclusions is deleted and replaced by the followng:
3. We will not pay for 'loss" du*e and confirmed to:
a. v",lear and tear, freezing, mechanical or electrical breakdown
b. Blowouts, punctures or olhor road damage to tires
This exclusion does'not apply to such "loss" resulting from the total theft of a Covered "auto".
However, this exclusion dries not include the discharge of an airbag in a covered "auto" you own that
inflates due to a cause other Char. a cause of "loss° sal forth in Paragraphs A.9.b and A.1.c.but only:
a. If that "auto" la a caverea ".auto" for Comprehensive Coverage under this policy;
b. The airbags are not covered under any warranty; and
c.. The airbags were not intentionally inflated
1A1P will pay 1Up to a maxim- m of $1,00.0 for any one "loss"
D. Sectann D. Deductible is deleted and replaced by the following:
0. Deductible
For each covered "auto', our obligation to pay for, repair, return or replace damaged or stolen property
will be reduces: by the appilcable dE:rJ :r;tiblc shown in the Declarations subject to the following:
Any ro_rnprehensive 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.
(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, It you area partnership,
(c) An executive officer or insurance manager, if you are a corporation; or
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_
lhsur�d Copy
COMMERCIAL AUTO
CAU 058 (01 15)
(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 Us
If a person or organization to or for whore we make payment under this coverage form has rights to
recover damages from another, those rights are transferred +I^ us. That person or organization must do
everything necessary to secure our rights and must do nolhing after "accident" or "loss" to impair them.
However, if the insured has waived rights to recover through a written+ conira t, or if your work was
commenced under a letter of intent or work order, subject to a subseguenl rediichorl In igniting of such a
waiver with customers whose customary contracts require a waaive., 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 R. [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.
C. Paragraph h. of Condition a. Other Insurance under section B. General Conditions is deleted and replaced
by the following -
lb. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" yov 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 FOCI Insurance Group_
hisured Copy
IL 060 tn7 13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET NOTjnCATION TO OTHERS F CANCELLATION
This endor event modifies insurance provided under the foilov� lLj:
BUSINESS AUTO COVERAGE FORM
BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM
BUSINE<SSOWNERS COVERAGE FORM
COMMERCIAL CRIME COVERAGE FORM
COMMERCIAL GENERAL LIABILITY COVERAGE PART
COMMERCIAL INLAND MARINE COVERAGE PART
COMMERCIAL LIABILITY UMBRELLA GOVERAGk FORM
COIlIMERGtAL OUTPUT POLICY
COIF MERO;AL PROPERTY COVERAGE PART
FARM COVERAGE PART
FARM UMBRELLA COVER -AGE FORM
GARAGE COVERAGE FORM
LIQUOR LIABILITY COVERAGE PART
PRODUCT W THDRA1 AL COVERAGE PART
PRODUCTI SICOMPLETED OPERATIONS LIABIL RY COVERAGE FART
If !Ale cancel this policy for any statutorily nermittf-d reason other than nonpayment of premium we wi[I
mail notice of cancelfallor to any person or organization to whan1 you have agreed In a written contract
that notice of of this policy. wiii be yfvAn, but only if,
1. You send us a written request to provide such notice, Including the namie and address of such
person or organization, after the first Narned Insured shown in the Neclarations receives notice
from us of the carncellatfoln of this p0fEcy, and,
2. We receive such written request at least 4rj ri?yS before the effr�rtivn date .of cancellation.
We will mail such. notice at least 30 days before the effective date of the cancellation.
Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or
organization to be given notice, and said person or nrgani7 tion shall have no rights under this policy if
he/it does pit -it rac!slve notice per this endorsement.
IL 060 (07 13) Copyright 2013 FCC] Insurance Group. Page 1 of 1
Insur_d Copy
COMMERCIAL GENERAL LIABILITY
CGL 088 (1013)
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 endorsernent(s) to the Commercial General Liability Coverage Form,
The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows:
SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows:
1. 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 injuri' or "property damage" resulting from the use of reasonable
force to protect persons or property.
2. Non -owned Watercraft
Exclusion 2.9. (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 excii isinrn dn?G not apply to "property damage" to borrowed equipment while at a
jobsite and not being used to periorm operations. The most we will pay for "property damage" to any one
borrowed equipment item under this coVpraa is $25.000 per `occurrence". The insurance afforded under
this provision is excess over any ether 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.
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 1 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
COL 088 (1013)
;nre have no duty to investigate or defend claims or "S,:itn" covered by this Limited Electronic Data Liability
coverage.
The following definifiYn iw added Ito SECTION V - DEFINITIONS of the Coverage Form:
"Electronic data" means information, facts or programs stored s or on, created or used on,, or transmitted
to or from computer soft ware (including syssterns and applications software), hard or floppy disks, CD-
ROMS, tapas, drives, cells, data processing devIcus or any other rnadia which are used with electronically
con -trolled equipment.
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 res«ltinq tp68 of use of that property. All such loss
of use shall be deemed to occur at the time of the physical Iniury 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, , ,rruption of, irueblllly to access, or inability to properly
manipulate "electronic data", resuiling frorn physical Injury to langible property. Alt such loss of
`electronic data" shall be deerned to occur at the time of The "occurrence" that caused it.
For purposes of this insurance, "electronic data" is not tangible properly.
SECTION I - COVERAGES, COVERAGE B. PERSONAL ARID 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 411 pay. of your request, for "property damage" caused by an "occurrence", to property of others
caused by .you, or while in your possession, arising out of yo-" hag e_g operations. The amount we will
pay for damages Is described in SFGTION In 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;
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 2 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (1013)
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 Foss 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.
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 COVFRAGE D does not apply if a loss is paid under COVERAGE E.
COVERAGE E. CAME, CUSTODY 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 111 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";
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 3 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
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 anyone "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 as, replarA thAL rEnni property or furnish the
labor and materials necessary for fepaim thereto at your artua-I cost, excluding profit or owrtiead
charges,
The insuriance afforded under COVERAGE E Is excess over any other valid and collectible property or Inland
marine insurance (including the deduellble appllcablia to the property or Inland marine =verage) available to
you whether primary, excess, contingent or any other h.Ws.
The insurance under COVERAGE E does not apply if a lass is Vaid ! r!der COVERAGE D.
[--O—VERAt<E E. LIMITED PRODUCT WITHDRAWAL EXPENSE
i. Insuring Agreement
a. If you are a "seller", we will reimburse you for "pmduct 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 oblIga#ion cr liability to pay, Burns nr parfnrm arts or tin ,r eg is covered.
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 ; Athdrawal" is rtecess:nry, 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 lay 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
CGL 088 (10 13) Includes copyrighted material of the Insurance .Services Office, Inc_, wlth its permission. Page 4 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
(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 decomposition 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".
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;
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (1.013)
(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) $end 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. Ah an actual, suspected or threatened defect.
(3) You an;j 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
tc) Cooperate with us in our investigation of the "product withdrawal",
4. For the ni irnncac of this I'.nv... . r thefoliovvrng defir'Itfiins r'irR added to the Definitions Section:
r r...---
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 %.odlly injUry" or physsic :l 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 Wthdrawsl of "vnrrr nrnrhintc" nr nrnd1 acts which contain
,r.., '. _____ r-.,
"vnl_lr nroducts", treat Itle mar) at or frarn use. by any other per -on or wganizaliorL, because of a
kneiwn Cr ;usPec.tert "defect" in "your product", or a known ar suspected "product tampering", which
has caused or is reasonably expected to cau "bodlly Injur,{' or physiral 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 cost% of Iraps orlation and accommodations;
(4) Costs of computer time;
(5) Costs of hiring independent contractors and other temporary employees;
(6) Costs of transportation, shipping or packaging;
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 6 of 16
Copyright 2013 FCC] Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (1013)
(7) Costs of warehouse or storage space; or
(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 producethe 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 reswied frOITI Uoi.f negiment ac), error or omission while acting in your
business capacity as a contractor or su bcontraclor or from a defect in material or a product sold or
installed by you while acting in this capaciq, The arnounf we Ill pay for camages is dPsorihed 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 applyto.
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.
CGL. 388 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 7 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
d. Any liabilitywhich arises out of any actual or alleged infringemernl 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 far damages'
(1) From the intentional d:s!:o::est, fraudulent, :^n :i;c:o,'s or CriminalnLt." Vf tho fti;�mar�l Ins JrLo Or b
any partner, mernber of a limited Ilahiflty compsny, or executive offices'. or all the direction of any
of #ern; or
(2) Which is in fact expected or im—nded by the insured, even if the injury or damage is of a different
degree or type than actually expeded or Intended..
f. Any liability arising out of rranufaclur&s warrarEiies or guarantees whether mcpress or implied.
g. Any liability arising from "property damage" to propoily 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" 411 loe deerced completed at the earlieitt of the foliavAng limes:
{'1) A11,en all o€ the avork Called far In your contract or work order has been completed;
(2) When a!l the work to be done at the job si#e has been completed if your =tract calls for work at
more than one jofc sIle; or
(3) When that earl of the work done at a Job site has been p:.'t to its intended use by any person or
organization other Chan another rcntractor 4)r subcontractor wonting o41 wa, Ra-o1e project.
Work that may need service or maintenance, correction, repair or replacement, but which is otherwise
complete, will tie treated as complete.
I.. Any llaolllt, arising from "properh/ damage" to prr,cli rr±c that are rillt in your physical possession.
j. Any tl�blllily arising out of the rendering of or f-allure €o reader any professionkl-services by you or.on
your behalf, but only wish respecl 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,-architewtural or surveying
services in connection with construction worK you perform,
Prafe: sional services inrl! An the preparing, approving or failing to prepare or approve, maps, shop
drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications.
Professlon at iwvicm also Include supervisory or Inspection activities performed as part of any related
architectural or englneariing.acthvities.
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 pro lipi rly other tnan "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.
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16
Copyright 2013 PCrf tnsura:.ce Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (1013)
n. Any liability for "property damage" to "your work" if the damaged work or the workout 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 anyone "occurrence" until the amount of loss exceeds $250. 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.
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.
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.
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, and G.
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.
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 9 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
2. Loss of Earnings
Paragraph 1.d. Is replaced) with the loliowing:
d. All reasonable expenses incurred by the Insured at our requesl to assist us in the investigation or defense
of the claim or "suit`. Including .actuaI less of earnings up to S500 a day heca use of time off from work.
SECTION II — WHO IS AN INSURED is amended as follows:
1. Incidental Malpractice
Paranimph 2,s,(1)(d) is replaced with the following:
(d) Arising ouI of his or her proviriing +or faiiinq to provide professional t;esith core sari. -ices, ,H wever_, this
exclusion does not apply to a nursa, eniergeiicy rnediral techolelsp or paramedic employed by you to
provide medical services, unless:
(i) You are engaged in the occupation or brasiness df providing or offering medical, surgical, dental, x-ray
or nursing servlce6i, treaty; ent, adyice or instructions ar
(ii) The "a nplo,(ee" has another insurance that wouid also ccvar 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 :.Thum yc:., 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 In'ury", `property
damage" or "personal and advartislrng lnjur�r for which the additional insured seeks coverage.
Flowerer, 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
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc_, with its permission. Page 10 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
GGL 088 (1013)
(5) Nothing herein shall extend the term of this policy.
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 ter ,.ulhorization. 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;
GGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc_, with its permission_ Page 11 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (1013)
(c) Any physical or chemical change in "your product" made intentionally by the vendor;
(d) Repackaging, unless unpacked solely forthe purpose of inspection, demonstration, testing, orthe
substitution of parts under instructions from the manufacturer, and then repackaged in the original
ant„iner:
(e) Any failure to make such inspections, adjUsfmentc, tests or se -Acing as the vendor has agreed
to make or normally undettakes to make in (he usual c,^ue of business, in connection with the
distribullori. or sale of the products;
(f) Demonstration, installation, servicinct or rQnnir nparatinne nvrept such operations iuerf^rnrec at
the vendor's premises in connection with the Bain of the producl;
(g) Products which, after distribuflon or sale by you, have been labeled or relabeled or used as a
container, part or ingredient of any other thir-ig or substance by or for the Vendor; or
(h) "Bodily inijWry" or "proper:ydamage" arising out of'th—e sole negligence of the vendor .For its own
Bois Of omlasions or thMC a of its own acts or ornissiorl.s or Ihose of Its employees or anyone raise
acilrig on Its behalf, However, this exc:usi ;n does not apply to;
i. The exceptions contained in Subparagraphs d, orf.; or
ii. ;Such inspections, adjustments, tests or servicing as the vendor has agreed to make or
normally undertakes to make in the a sual course of business. in � ODnnection with the
distribution or sale of the products.
2 Thic incE irnnrp does not apply 8o any Insured person or organization, from whom yota have acquired Such
products, or any ingredlenl, purl of -container, entering info, accornpan)nng 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 retail expense arising out of any Ohdrawal or recall that occurred
before you acgwm-d or fo£nte:d the wanizwf1Oni.
SECTION fill — 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 sure 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 D;
d. Voluntary "property damage" payments under Coverage D; and
e. Care, Custody or Control damages under Coverage E,
CGL 088 (1013) Includes copyrighted material of the Insurance Services Office, Inc_, with its permission. Page 12 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
2. Paragraph S. 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; and
f. Contractors Errors and Omissions under Coverage G.
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,
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.
5. 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 anyone '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,
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 13 of 16
Copyright 2013 FCCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
8. Paragraph 11. Is added as follows;
11. Subject to Paragraph 5. above, the most we will pay Ernder Coverage G. Contractors Errors and
Omissions for damage In any one -policy pe_6nd, regardless of the number of Insureds, claims or "suits"
broughi, or persons c:r organIzations making clairn or bringing "suits" is $10,000.
For errors in contractor job specifications or in recommendations of products or mater�ps to be used, this
policy will not play for additional costs of products and materials to be used that would not have been
Incurred clad the correct recornrrrendations or specifications been made.
9. Paragraph 12, Is added as follows:
12. The General Aggreqate Limit applies sepa{ateiy to:
a. Fi 07 of your pro,,ects away from premises cwnod by or renteu to you, or
b. EaOi Nocatfori" n ivned by or rented to you.
"Location" as used in this paragraph means premises involving the same or connecting lots, or premises
wh; se; connection is InEernipted only by a street, roadway, waterway or right-of-way of a railroad.
10. Paragraph 13. is added as follows:
13_ %AhfE, respect to the insurance afforded to any additional insured provided coverage under this
f,Rdomement:
If coverage prw,f,cEerr In the additio-11 insured is required by a contract or agreement, the most we will pay
n behaEf cf the additional insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the aphliGahle I imits of !Ps.!rance shrnwn 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 orjoint venture;
(3) An "executive officer" or insurance manager, if you are a corporation;
(4) A manager, if you are a limited liability company;
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission_ Page 14 of 16
Copyright 2013 FCC] Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (10 13)
(5) A person or organization having propertemporary 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 area partnership orjoint 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
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.
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc_, with its permission_ Page 15 of 16
Copyright 2013 FOCI Insurance Group
COMMERCIAL GENERAL LIABILITY
CGL 088 (101:3)
My error or omissi n in the description of, orfallUre is completely descf#be or dlsdose -a ," n ernises.
Operations or prodLi s intended to be cpvered by the 0werape Form will not invalidate or affect coverage
for these premises, operations or products, proldded such error or ornIssion or failure to completely
describe or disclose premises, operations or products was not intentional.
You must report such error or omission to i m ac ennn as practicable after its diucovery. !However, -this
provision does not affect cur right to collect addlticr:al premium charges or exercise our right of
cancellation or nonrenewat.
S. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us:
Howevar, we waive ar, y right of recovery we may have because of pa}ern ants we make for Injury or
damage arising out of your ongoing operations or "your work" included in the "products -completed
operations hazard' under the fallowing Conditions;
a) On, Ey Y41 en, you have agreed in writng to waive such rights of i arn,�pry in .a contract o; agreement,
b) Only as to the pe.rsonlentity as to whore ;_>> are renqu iimd by the contract to waive rights of recovery;
and
c) Only it the contract or agreement Is ir. effect duri ,- the term of this policy, and v+aa executed by you
pricrto 11he loss.
6. Paragraph 1.0. is added as follows:
10. Liberalization
If we reuiso this Coveraria Form to priovid- {n ore coverage without additional premium charge, your
Policy will aollomatiaally provide the additional coverage as of the day the revision !s Vlffective in the
appliepble stste(s)..
CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page Ifi of 16
Copyright 2013 FCC] Insurance Group
COMMERCIAL GENERAL LIABILITY
COL 121 (04 13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES CAR CONTRACTORS
AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OFF AGREEMENT -
ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS
(TEXAS LIMITED SCALE NEGLIGENCE)
This endorsement modifies insurance provided under the fallowing:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
5CHEDULE OPTIONAL
Name of additional Insured Persons or Organizations
(As required by written contract or agreement per Paragraph A. below.)
Locations of Careered Operations
(As per the written contract or agreement, provided the location is within the "coverage territory".)
einfnrmatinn remin-d to mrnnlete this Schedule. if not shown above. will be shown in the Declarations.)
A. Section II o 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:
a. Your acts or omissions; or
b. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured; or
c. "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.
Page 1 of 3
COMMERCIAL GENERAL LIABILITY
GGL 121 (04 13)
With respect to liability of the additional insured for"b-Ally injury" of an employee or agent of a named insured
or the employee of a named !nsured's subcontractor, coverage shall apply for the partial or sole negligence of
the additional insured., but only if such coverage is specifically required in the Writlerli contract or agreement.
l-IV�;,e��gr. t— irtc-i—ca aff�r{_ e- to -ch adcliiiorta) Ir;Srid43C1{5� StGF7Cfl1]' C] r3i}OVf':
a. Only applies to the extent perrnitled by lsw;
.b. Will not be broader than that which you are required by the contract or agreement to provide for such
additional insured:
c. Will not be broBdPr than that uihirh ;g afforded to you under this policy; and
d. Ncrtliing herein shall extend the term of this policy.
B. The insurance provided to the additional Insured does not apply to "boddily iniury" "property damage„ or
"personal and advenising injury` ari rig oul {rf the renderim'I of, or the failure to resider, any professional
architectural, engineering or surveying services, in luding-
1. The preparir;a, 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,
G. This insurance Is excess over any other valld arld collectible insurance avallable fn lhu additional insured
whether on a primary, excess, contingent or any other basis, unless the wrif;en contract or agreement
requires Mal this insurance be primary and non-coniributcry, in which case this insurance will be primary and
non-contrlloutary 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. R". ijired by the contract or BgFeinrnent 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 condillons 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 "suif" that does result,
2. Send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the
invPStigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy
uondirioos, and
Page 2 of 3
COMMERCIAL GENERAL LIABILITY
CGL 121 (04 13)
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.
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.
Page 3 of 3
COMMERCIAL GENERAL LIABILITY
CG2001 0413
T1411-q PNDOR-SEMENT CHANGES THE POLICY- PLEASE READ IT CAREFULLY
PRIMARY AND NONCONTRIBUTORY
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRC>DUCTSICOMPLETE0 OPERATIONS L IAEiLi'rY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any ,provision to the
co n t nary:
Prir:-ryAnd 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 I„ a contract or
agreement chat this insurance would be
primary and would not seek contrlbuflon
fmrn any orfer irisurafice available Io the
addltk)naJ insured
CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1
COMMERCIAL AUTOMOBILE
CAU 082 (01 15)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY_
AUTOMATIC INSURED - BUSINESS AUTO POLICY
PRIMA P�:YINON-CO TRIBUTING 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 II.A.I . 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.
hisured. Copy
WORKERS' COMPENSATION INSURANCE
WORKER a' COMPENSATION AND we 42 03 04 B
EMPLOYERS LIABILITY POLICY Agent copy
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 inf i; r hovered by this parlay ',Ale will not enforce our
rlglht against the person or organ;zw nn named in t."e Schedule. but tr4s walver 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 tc hen fit a;cryone not named in the Schedule.
The premium for this endorsement is shown in the Schedule.
Schedule
1. () Specific Waiver
Name of person or organization
(X) Blanket Waiver
Any person or o-nni7ntinn fnr uihnm the Named Insured lh?R am erf Mr Writ1�Pn rnnfrarrt to flrrniSit thls YJ�iIVer.
2. Operations: All Texas operations
3. Premium;
The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection
wltlh work perrormed for the above persona) or orgaNzatian�s) artsing out of the operations described.
4. Advance Premium: Included, see Information Page
This endorsement changes the policy to which It Is attached effective on the inception date of the policy unless a different date is indicated below.
(The following "attaching clause" need be completed only when this andorseffLerA Es issued subsequent to preparation of the policy.)
This endorsement, effective on 5113/19 at 12:01 a.m. standard time, farms a part of:
Policy no. 0001252254 of Texas Mutual Insurance Company effective on 5/13/19
Issued to: C GREEN SCAPING LP
NCCI Carrier Code: 29939
This is not a bill
&Le &61�—
Authorized representative
1 of 1
PO Box 12058, Austin, TX 78711-2058
texasmutual.com 1 (800) 859-59951 Fax (800) 359-0650
5/15119
WC 42 03 04 B
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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
Article2 --
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 1
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
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
Article 6 - Contractor's Responsibilities........................................................................................................19
6.01
Supervision and Superintendence...............................................................................................19
6.02
Labor; Working Hours................................................................................................................20
6.03
Services, Materials, and Equipment............................................................................................
20
6.04
Project Schedule..........................................................................................................................21
6.05
Substitutes and "Or-Equals".......................................................................................................21
6.06
Concerning Subcontractors, Suppliers, and Others....................................................................24
6.07
Wage Rates..................................................................................................................................
25
6.08
Patent Fees and Royalties...........................................................................................................
26
6.09
Permits and Utilities....................................................................................................................
27
6.10
Laws and Regulations.................................................................................................................
27
6.11
Taxes...........................................................................................................................................28
6.12
Use of Site and Other Areas ...................................................................................................
28
6.13
Record Documents.......................................................................................................................29
6.14
Safety and Protection..................................................................................................................
29
6.15
Safety Representative..................................................................................................................
30
6.16
Hazard Communication Programs.............................................................................................
30
6.17
Emergencies and/or Rectification...............................................................................................30
6.18
Submittals....................................................................................................................................31
6.19
Continuing the Work...................................................................................................................
32
6.20
Contractor's General Warranty and Guarantee..........................................................................
32
6.21
Indemnification.........................................................................................................................
33
6.22
Delegation of Professional Design Services..............................................................................
34
6.23
Right to Audit..............................................................................................................................
34
6.24
Nondiscrimination.......................................................................................................................35
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 Defective Work.......................................................................................................... 38
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
9.05 Determinations for Work Performed..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38
10.01 Authorized Changes in the Work............................................................................................... 38
10.02 Unauthorized Changes in the Work...........................................................................................39
10.03 Execution of Change Orders.......................................................................................................39
10.04 Extra Work.................................................................................................................................. 39
10.05 Notification to Surety..................................................................................................................39
10.06 Contract Claims Process............................................................................................................. 40
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41
11.01 Cost of the Work.........................................................................................................................
41
11.02 Allowances..................................................................................................................................43
11.03 Unit Price Work..........................................................................................................................44
11.04 Plans Quantity Measurement......................................................................................................45
Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46
12.01 Change of Contract Price............................................................................................................
46
12.02 Change of Contract Time............................................................................................................47
12.03 Delays..........................................................................................................................................
47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48
13.01 Notice of Defects........................................................................................................................
48
13.02 Access to Work...........................................................................................................................48
13.03 Tests and Inspections..................................................................................................................
48
13.04 Uncovering Work........................................................................................................................49
13.05 City May Stop the Work.............................................................................................................49
13.06 Correction or Removal of Defective Work................................................................................
50
13.07 Correction Period........................................................................................................................
50
13.08 Acceptance of Defective Work...................................................................................................
51
13.09 City May Correct Defective Work.............................................................................................
51
Article 14 - Payments to Contractor and Completion....................................................................................
52
14.01 Schedule of Values......................................................................................................................
52
14.02 Progress Payments......................................................................................................................
52
14.03 Contractor's Warranty of Title...................................................................................................
54
14.04 Partial Utilization........................................................................................................................55
14.05 Final Inspection...........................................................................................................................55
14.06 Final Acceptance.........................................................................................................................
55
14.07 Final Payment..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release........................................................
56
14.09 Waiver of Claims........................................................................................................................
57
Article 15 - Suspension of Work and Termination........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause................................................................................................... 58
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
15.03 City May Terminate For Convenience
Article 16 -- Dispute Resolution ..........................................
16.01 Methods and Procedures .................................
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 2, 2016
...................................... 60
................................................. 61
Meadowbrook Golf Course Pump Station
PAR -101307
61
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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -10.1307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and wards 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 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 Meadowbrook Golf Coarse Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 3 of 63
25. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director of Park & Recreation— The officially appointed Director of the Park & Recreation
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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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. LiensCharges, 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 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 Material —Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Samples —Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights -of -way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specifications That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised February 2, 2016
007200-1
GENERAL. CONDITIONS
Page 6 of 63
63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions —That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work —The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101907
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary Iabor, 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 — PRELIM NARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 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 Meadowdrook Golf Course Pump Stotion
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101907
Revised 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 run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom or trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be
written in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as "the Contractor
shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH Meodowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
MIN
3.03
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.
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.
Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
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. Contractors 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
Revised February 2, 2016
Meadowbrook Golf Course Pump Station
PAR -101307
007200-1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the 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:
I. 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 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 party makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data's creator.
ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS 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 furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
4.02
4.03
00 72 00 -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.
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.
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
Revised February 2, 2016
Meadowbrook Golf Course Pump Station
PAR -101307
007200-1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if.
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Engineer by the owners of such Underground
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH Meadowbrook Gotf Course Pump 5tation
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 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 lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall make no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any
individual or entity from and against the consequences of that individual 's or entity's own
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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 licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates 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.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH Meadow6rook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 18 of63
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 Meodowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bands 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2, for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February2, 2016
007200-1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 0132 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named i£
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 Meadowbrook Golf Coarse Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 -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 01 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 6.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.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.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for.evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for 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.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised 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 whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101907
Revised February 2, 2016
00 72 00 -1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates deterniined 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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 llth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
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 Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February2, 2016
007200-I
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 Meadowbrook Gotf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 - ]
GENERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2, b!W://www.window.state,tx.us/taxinfo/taxfonns/93-folTns.htrnl
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
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 frill 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6 2.1, 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised February2, 2016
6.15
6.16
007200-1
GENERAL CONDITIONS
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
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
Revised February 2, 2016
Meadowbrook Golf Course Pump Stotlon
PAR -101307
00 72 00 - t
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof If City determines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as .City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised February 2, 2016
00 72 00 - 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised 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;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.13. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT AL
OR_SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART. BY ANY ACT OMISSION OR NEGLIGENCE OF THECITY. 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 Meadowhrook Golf Course Pump 5tation
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 -1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY INTENDED TQ OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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 Aet of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 — OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 -1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH Meadowbrook Gaff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 2
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 Scott E. Penn,
District Superintendent or his/her successor pursuant to written notification from the Director of Park
& Recreation Department.
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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations 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 Determinations for 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007200-1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1, changes in the Work which are: (i) ordered by City pursuant to Paragraph 10,01.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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
14.04, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH Mendowbrook Golf Course Pump Stotion
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 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 11.01.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading„ assembly, dismantling, and removal thereof All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and 'temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH Meadowbrook Golf Course Purnp Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 -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:
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.1 or specifically covered by Paragraph 11.0I.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.
S. 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 12.0I I.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.13, 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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.
If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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 party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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 12 -- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the
provisions of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.0l.A.3, the
Contractor's additional fee shall be 15 percent except for:
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 12.0l.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - I
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and I1.0l.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.01.13;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is
made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be firmished by the City.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised 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 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 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
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
CITY OF FORT WORTH Meodowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 -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 Iimited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
007200-t
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 -1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for
Payment and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor's
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
00 72 00 - 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 final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will make no extra payment for stand-by
time of construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 - 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 Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
00 72 00 - 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 Meadowbrook Goff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised 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 further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised February 2, 2016
007200-1
GENERAL CONDMONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1, completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16 -- DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised 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 party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1, delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH Meadowbrooh Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR- 101307
Revised 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 final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 2, 2016
007300-1
SUPPLEMENTARY CONDITIONS
Page I of 5
I SECTION 00 73 00
2 SUPPLEMENTARY CONDITIONS
3 TO
4 GENERAL CONDITIONS
5
6 Supplementary Conditions
7
8 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
I I of the General Conditions which are not so modified or supplemented remain in full force and effect.
12
13 Defined Terms
14
15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the
16 meaning assigned to them in the General Conditions, unless specifically noted herein.
17
18 Modifications and Supplements
19
20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and
21 other Contract Documents.
22
23 SC-3.03B.2, "Resolving Discrepancies"
24
25 Plans govern over Specifications.
26
27 SC-4.01A
28
29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
30 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
31 Contract Drawings.
32
33 SC-4.01A.1., "Availability of Lands"
34
35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
36 July 22, 2019;
37
38 Outstanding Right -Of -Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
NONE
39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
40 and do not bind the City.
41
42 If Contractor considers the final easements provided to differ materially from the representations on the
43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
44 notify City in writing associated with the differing easement line locations.
45
46
47 SC-4.01A.2, "Availability of Lands"
CITY OF FORT WORTH Meadowbrook Goif Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
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
45
46
47
48
49
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of 5
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 July 22, 2019:
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
None
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:
NONE
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: Pape -Dawson Engineers
(3) Other: NONE
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100, 000 Disease - each employee
$500, 000 Disease -policy limit
SC-5.04B., "Contractor's Insurance"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
1Meadowbrook Golf Course Pump Station
PAR - 101307
00 73 00 - 3
SUPPLEMENTARY CONDITIONS
Page 3 of 5
1 5.0411. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
2 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
3 minimum limits of-
4
5 $1,000,000 each occurrence
6 $2, 000, 000 aggregate limit
7
8 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
9 General Aggregate Limits apply separately to each job site.
10
11 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
13
14 SC 5.04C., "Contractor's Insurance"
15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
16 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
17
18 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
19 defined as autos owned, hired and non -owned.
20
21 $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
22 least:
23
24 $250, 000 Bodily Injury per person /
25 $500, 000 Bodily Injury per accident /
26 $100,000 Property Damage
27
28 SC-5.04D., "Contractor's Insurance"
29
30 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
31 material deliveries to cross railroad properties and tracks. NONE
32
33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
34 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
35 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of
36 Entry Agreement" with the particular railroad company or companies involved, and to this end the
37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
38 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate
39 to the Contractor's use of private and/or construction access roads crossing said railroad company's
40 properties.
41
42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
44 Railroad Company for a tern that continues for so long as the Contractor's operations and work cross,
45 occupy, or touch railroad property:
46
47 (1) General Aggregate: $n1a
48
49 (2) Each Occurrence: $n1a
50
51 _ Required for this Contract X Not required for this Contract
52
53 With respect to the above outlined insurance requirements, the following shall govern:
54
CITY OF FORT WORTH Meadowbrook Gotf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
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
45
46
47
48
49
50
007300-4
SUPPLEMENTARY CONDITIONS
Page 4 of 5
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at -grade
crossing is affected by the Project at entirely separate locations on the line or lines of the same
railroad company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same rigbt-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.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor's beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.07., "Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates -- Heavy and Highway Construction Projects
2013 Prevailing Wage Rates — Commercial Construction Projects
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
Building Permit
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the City.
None
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
Meadowbrook Golf Course Pump Station
PAR-101307
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 5
1 SC-6.09C. "Outstanding permits and licenses"
2
3 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 22,
4 2019.
5
6 Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
7
8
9
10
I1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
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-8.01, "Communications to Contractor"
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Scott Penn, or his/her successor pursuant to written
notification from the Director of PARD.
SC-13.03C., "Tests and Inspections"
None
SC-16.01C.I, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
1/22/2016
F. Griffin
SC-9.01., "Cit)(s Project Representative" wording changed to City's Project
Manager.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised January 22, 2016
1
2
3 PART1- GENERAL
!lilli M1U510 /\ t7`/
SECTION 011100
SUMMARY OF WORK
011100-1
SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1 _ Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list, then the item shall
27 be considered as a subsidiary item of Work, the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 1. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights -of -way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for a]1 fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
01 11 00 - 3
SUMMARY OF WORD
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING INOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS INOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
012500-I
SUBSTITUTION PROCEDURES
Page 1 of 4
I SECTION 0125 00
2 SUBSTITUTION PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for requesting the approval of substitution of a product that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
11 c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or -equals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1— General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid
22 No separate payment will be allowed for this Item.
23 1.3 REFERENCES INOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Request for Substitution - General
26 1. Within 30 days after award of Contract (unless noted otherwise), the City will
27 consider formal requests from Contractor for substitution of products in place of
28 those specified.
29 2. Certain types of equipment and kinds of material are described in Specifications by
30 means of references to names of manufacturers and vendors, trade names, or
31 catalog numbers.
32 a. When this method of specifying is used, it is not intended to exclude from
33 consideration other products bearing other manufacturer's or vendor's names,
34 trade names, or catalog numbers, provided said products are "or -equals," as
35 determined by City.
36 3. Other types of equipment and kinds of material may be acceptable substitutions
37 under the following conditions:
38 a. Or -equals are unavailable due to strike, discontinued production of products
39 meeting specified requirements, or other factors beyond control of Contractor;
40 or,
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised duly 1, 2011
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
1 b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure for Requesting Substitution
5 1. Substitution shall be considered only:
6 a. After award of Contract
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution, including:
9 a. Documentation
10 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule, when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product, including discrete name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including, but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons associated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1. Written approval or rejection of substitution given by the City
43 2. City reserves the right to require proposed product to comply with color and pattern
44 of specified product if necessary to secure design intent.
45 3. In the event the substitution is approved, the resulting cost and/or time reduction
46 will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTS Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
1 4. No additional contract time will be given for substitution.
2 5. Substitution will be rejected if-
3 a. Submittal is not through the Contractor with his stamp of approval
4 b. Request is not made in accordance with this Specification Section
5 c. In the City's opinion, acceptance will require substantial revision of the original
6 design
7 d. In the City's opinion, substitution will not perform adequately the function
8 consistent with the design intent
9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE
13 A. In making request for substitution or in using an approved product, the Contractor
14 represents that the Contractor:
15 1. Has investigated proposed product, and has determined that it is adequate or
16 superior in all respects to that specified, and that it will perform function for which
17 it is intended
18 2. Will provide same guarantee for substitute item as for product specified
19 3. Will coordinate installation of accepted substitution into Work, to include building
20 modifications if necessary, making such changes as may be required for Work to be
21 complete in all respects
22 4. Waives all claims for additional costs related to substitution which subsequently
23 arise
24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS [NOT USED]
26 1.12 WARRANTY [NOT USED]
27 PART 2 - PRODUCTS [NOT USED]
28 PART 3 - EXECUTION [NOT USED]
29
30
31
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
1 EXHIBIT A
2 REQUEST FOR SUBSTITUTION FORM:
3
4 TO:
5 PROJECT: DATE:
6 We hereby submit for your consideration the following product instead of the specified item for
7 the above project:
8 SECTION PARAGRAPH SPECIFIED ITEM
9
10
11 Proposed Substitution:
12 Reason for Substitution:
13
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
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended Recommended
Not recommended _Received late
By
Date
Remarks
Date
Rejected
CITY OF FORT WORTH Meadwbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
I
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 013119
PRECONSTRUCTION MEETING
013119-1
PRECONSTRUCTION MEETING
Page I of 3
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily Iimited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES ]NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised August 17, 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
013119-2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of=way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
cc. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Meadowbrook Go#'Course Pump Station
PAR-101307
0131 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME I SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised August I7, 2012
1
2
3
4 PART1- GENERAL
5 1.1 SUMMARY
SECTION 013120
PROJECT MEETINGS
013120-1
PROJECT MEETINGS
Page 1 of 3
6 A. Section Includes:
7 1. Provisions for project meetings throughout the construction period to enable orderly
8 review of the progress of the Work and to provide for systematic discussion of
9 potential problems
10 B. Deviations this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
I9 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS
21
A. Coordination
22
1.
Schedule, attend and administer as specified, periodic progress meetings, and
23
specially called meetings throughout progress of the Work.
24
2.
Representatives of Contractor, subcontractors and suppliers attending meetings
25
shall be qualified and authorized to act on behalf of the entity each represents.
26
3.
Meetings administered by City may be tape recorded.
27
a. If recorded, tapes will be used to prepare minutes and retained by City for
28
future reference.
29
4.
Meetings, in addition to those specified in this Section, may be held when requested
30
by the City, Engineer or Contractor.
3I
B. Pre -Construction Neighborhood Meeting
32
1.
After the execution of the Agreement, but before construction is allowed to begin,
33
attend 1 Public Meeting with affected residents to:
34
a. Present projected schedule, including construction start date
35
b. Answer any construction related questions
36
2.
Meeting Location
37
a. Location of meeting to be determined by the City.
38
3,
Attendees
CITY OF FORT WORTH Meadowbrook Godf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
1 a. Contractor
2 b. Project Representative
3 c. Other City representatives
4 4. Meeting Schedule
5 a. In general, the neighborhood meeting will occur within the 2 weeks following
6 the pre -construction conference.
7 b. In no case will construction be allowed to begin until this meeting is held.
8
C. Progress Meetings
9
1.
Formal project coordination meetings will be held periodically. Meetings will be
10
scheduled and administered by Project Representative.
11
2.
Additional progress meetings to discuss specific topics will be conducted on an as-
12
needed basis. Such additional meetings shall include, but not be limited to:
13
a. Coordinating shutdowns
14
b. Installation of piping and equipment
15
c. Coordination between other construction projects
16
d. Resolution of construction issues
17
e. Equipment approval
18
3.
The Project Representative will preside at progress meetings, prepare the notes of
19
the meeting and distribute copies of the same to all participants who so request by
20
fully completing the attendance form to be circulated at the beginning of each
21
meeting.
22
4.
Attendance shall include:
23
a. Contractor's project manager
24
b. Contractor's superintendent
25
c. Any subcontractor or supplier representatives whom the Contractor may desire
26
to invite or the City may request
27
d. Engineer's representatives
28
e. City's representatives
29
£ Others, as requested by the Project Representative
30
5.
Preliminary Agenda may include:
31
a. Review of Work progress since previous meeting
32
b. Field observations, problems, conflicts
33
c. Items which impede construction schedule
34
d. Review of off -site fabrication, delivery schedules
35
e. Review of construction interfacing and sequencing requirements with other
36
construction contracts
37
f. Corrective measures and procedures to regain projected schedule
38
g. Revisions to construction schedule
39
h. Progress, schedule, during succeeding Work period
40
i. Coordination of schedules
41
j. Review submittal schedules
42
k. Maintenance of quality standards
43
1. Pending changes and substitutions
44
in. Review proposed changes for:
45
1) Effect on construction schedule and on completion date
46
2) Effect on other contracts of the Project
47
n. Review Record Documents
48
o. Review monthly pay request
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
1 p. Review status of Requests for Information
2 6. Meeting Schedule
3 a. Progress meetings will be held periodically as determined by the Project
4 Representative.
5 1) Additional meetings may be held at the request of the:
6 a) City
7 b) Engineer
8 c) Contractor
9 7. Meeting Location
10 a. The City will establish a meeting location.
11 1) To the extent practicable, meetings will be held at the Site.
12 1.5 SUBMITTALS [NOT USED]
13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
14 1.7 CLOSEOUT SUBMITTALS [NOT USED]
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 1.11 FIELD [SITE] CONDITIONS [NOT USED]
19 1.12 WARRANTY [NOT USED]
20 PART 2 - PRODUCTS [NOT USED]
21 PART 3 - EXECUTION [NOT USED]
22
23
24
END OF SECTION
IRevision Log
DATE NAME I SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
I SECTION 0132 16
2 CONSTRUCTION PROGRESS SCHEDULE
3 PART1- GENERAL
Hilo XT: 1
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
I7 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
19 1.3 REFERENCES
20 A. Definitions
21 1. Schedule Tiers
22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration
23 projects
24 b. Tier 2 - No schedule submittal required by contract, but will require some
25 milestone dates. Small, brief duration projects
26 c. Tier 3 - Schedule submittal required by contract as described in the
27 Specification and herein. Majority of City projects, including all bond program
28 projects
29 d. Tier 4 - Schedule submittal required by contract as described in the
30 Specification and herein. Large and/or complex projects with long durations
31 1) Examples: large water pump station project and associated pipeline with
32 interconnection to another governmental entity
33 e. Tier 5 - Schedule submittal required by contract as described in the
34 Specification and herein. Large and/or very complex projects with long
35 durations, high public visibility
36 1) Examples might include a water or wastewater treatment plant
37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve
38 as the baseline for measuring progress and departures from the schedule.
39 3. Progress Schedule - Monthly submittal of a progress schedule documenting
40 progress on the project and any changes anticipated.
CITY OF FORT WORTH Meadowbrook Goff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 3216 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
1 4. Schedule Narrative - Concise narrative of the schedule including schedule
2 changes, expected delays, key schedule issues, critical path items, etc
3 B. Reference Standards
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINISTRATIVE REQUIREMENTS
6 A. Baseline Schedule
7 1. General
8 a. Prepare a cost -loaded baseline Schedule using approved software and the
9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule
10 Guidance Document.
11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate
12 understanding of the work to be performed and known issues and constraints
13 related to the schedule.
14 c. Designate an authorized representative (Project Scheduler) responsible for
15 developing and updating the schedule and preparing reports.
16 B. Progress Schedule
17 1. Update the progress Schedule monthly as required in the City of Fort Worth
18 Schedule Guidance Document.
19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
20 3. Change Orders
21 a. Incorporate approved change orders, resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document,
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Contract completion
27 date will not be met, or when so directed by the City, make some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and return current Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of working hours per shift, shifts per day, working
37 days per week, the amount of construction equipment, or any combination
38 of the foregoing, sufficiently to substantially eliminate the backlog of work
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplishment of activities, and comply with the revised schedule
41 2. if no written statement of the steps intended to take is submitted when so requested
42 by the City, the City may direct the Contractor to increase the level of effort in
43 manpower (trades), equipment and work schedule (overtime, weekend and holiday
44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
46 a. No additional cost for such work will be considered.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Meadowbrook Goff Course Pump Station
PAR - 101307
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
1 D. The Contract completion time will be adjusted only for causes specified in this
2 Contract.
3 a. Requests for an extension of any Contract completion date must be
4 supplemented with the following:
5 1) Furnish justification and supporting evidence as the City may deem
6 necessary to determine whether the requested extension of time is entitled
7 under the provisions of this Contract.
8 a) The City will, after receipt of such justification and supporting
9 evidence, make findings of fact and will advise the Contractor, in
10 writing thereof.
11 2) If the City fmds that the requested extension of time is entitled, the City's
12 determination as to the total number of days allowed for the extensions
13 shalI be based upon the approved total baseline schedule and on all data
14 relevant to the extension.
15 a) Such data shall be included in the next updating of the Progress
16 schedule.
17 b) Actual delays in activities which, according to the Baseline schedule,
18 do not affect any Contract completion date shown by the critical path in
19 the network will not be the basis for a change therein.
20 2. Submit each request for change in Contract completion date to the City within 30
21 days after the beginning of the delay for which a time extension is requested but
22 before the date of final payment under this Contract.
23 a. No time extension will be granted for requests which are not submitted within
24 the foregoing time limit.
25 b. From time to time, it may be necessary for the Contract schedule or completion
26 time to be adjusted by the City to reflect the effects of job conditions, weather,
27 technical difficulties, strikes, unavoidable delays on the part of the City or its
28 representatives, and other unforeseeable conditions which may indicate
29 schedule adjustments or completion time extensions.
30 1) Under such conditions, the City will direct the Contractor to reschedule the
31 work or Contract completion time to reflect the changed conditions and the
32 Contractor shall revise his schedule accordingly.
33 a) No additional compensation will be made to the Contractor for such
34 schedule changes except for unavoidable overall contract time
35 extensions beyond the actual completion of unaffected work, in which
36 case the Contractor shall take all possible action to minimize any time
37 extension and any additional cost to the City.
38 b) Available float time in the Baseline schedule may be used by the City
39 as well as by the Contractor.
40 3. FIoat or slack time is defined as the amount of time between the earliest start date
41 and the latest start date or between the earliest finish date and the latest finish date
42 of a chain of activities on the Baseline Schedule.
43 a. Float or slack time is not for the exclusive use or benefit of either the
44 Contractor or the City.
45 b. Proceed with work according to early start dates, and the City shall have the
46 right to reserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH Meadmvbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
013216-4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
1 c. Acknowledge and agree that actual delays, affecting paths of activities
2 containing float time, will not have any effect upon contract completion times,
3 providing that the actual delay does not exceed the float time associated with
4 those activities.
5 E. Coordinating Schedule with Other Contract Schedules
6 1. Where work is to be performed under this Contract concurrently with or contingent
7 upon work performed on the same facilities or area under other contracts, the
8 Baseline Schedule shall be coordinated with the schedules of the other contracts.
9 a. Obtain the schedules of the other appropriate contracts from the City for the
10 preparation and updating of Baseline schedule and make the required changes
11 in his schedule when indicated by changes in corresponding schedules.
12 2. In case of interference between the operations of different contractors, the City will
13 determine the work priority of each contractor and the sequence of work necessary
14 to expedite the completion of the entire Project.
15 a. In such cases, the decision of the City shall be accepted as final.
16 b. The temporary delay of any work due to such circumstances shall not be
17 considered as justification for claims for additional compensation.
18 1.5 SUBNHTTALS
19 A. Baseline Schedule
20 1. Submit Schedule in native file format and pdf format as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file format includes:
23 l) Primavera (P6 or Primavera Contractor)
24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and
25 bring in hard copy to the meeting for review and discussion.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30 C. Schedule Narrative
31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no later than the last day of the month.
34 D. Submittal Process
35 1. The City administers and manages schedules through Buzzsaw.
36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule
37 Guidance Document.
38 3. Once the project has been completed and Final Acceptance has been issued by the
39 City, no further progress schedules are required.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
1
1.6
ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
2
1.7
CLOSEOUT SUBMITTALS ]NOT USED]
3
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4
1.9
QUALITY ASSURANCE
5
A. The person preparing and revising the construction Progress Schedule shall be
6
experienced in the preparation of schedules of similar complexity.
7
B. Schedule and supporting documents addressed in this Specification shall be prepared,
8
updated and revised to accurately reflect the performance of the construction.
9
C. Contractor is responsible for the quality of all submittals in this section meeting the
10
standard of care for the construction industry for similar projects.
11
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
12
1.11
FIELD [SITE] CONDITIONS [NOT USED]
13
1.12
WARRANTY [NOT USED]
14 PART 2 - PRODUCTS [NOT USED]
15 PART 3 - EXECUTION [NOT USED]
16
17
18
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0132 33
PRECONSTRUCTION VIDEO
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division I — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS P,4 R-101307
Revised July 1, 2011
013300-1
SUBMITTALS
Page I of 8
1 SECTION 0133 00
2 SUBMITTALS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work -related submittals:
8 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED)
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of
28 performing the related Work or other applicable activities, or within the time
29 specified in the individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Meadowhrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS P,4R-101307
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
01 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including;
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 % inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Meadowbrook Golf Course Pump Station
PAR-101307
0133 00 -3
SUBMITTALS
Page 3 of 8
1 2. The Project title and number
2 3. Contractor identification
3 4. The names of-
4 a. Contractor
5 b. Supplier
6 c. Manufacturer
7 5. Identification of the product, with the Specification Section number, page and
8 paragraph(s)
9 6. Field dimensions, clearly identified as such
10 7. Relation to adjacent or critical features of the Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions on resubmittals
14 11. An 8-inch x 3-inch blank space for Contractor and City stamps
15
F. Shop Drawings
16
1. As specified in individual Work Sections includes, but is not necessarily limited to:
17
a.
Custom -prepared data such as fabrication and erection/installation (working)
18
drawings
19
b.
Scheduled information
20
c.
Setting diagrams
2I
d.
Actual shopwork manufacturing instructions
22
e.
Custom templates
23
f.
Special wiring diagrams
24
g.
Coordination drawings
25
h.
Individual system or equipment inspection and test reports including:
26
1) Performance curves and certifications
27
i.
As applicable to the Work
28
2. Details
29
a.
Relation of the various parts to the main members and lines of the structure
30
b.
Where correct fabrication of the Work depends upon field measurements
31
1) Provide such measurements and note on the drawings prior to submitting
32
for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data may include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing -in diagrams and templates
45 5) Catalog cuts
46 6) Product photographs
CITY OF FORT WORTH Meadowbrook Golf Course Pump .Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational -range diagrams
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare -parts Iisting and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples of the Work such as:
11 1) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the City for independent
17 inspection and testing, as applicable to the Work
18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to
19 be fabricated or installed prior to the approval or qualified approval of such item.
20 1. Fabrication performed, materials purchased or on -site construction accomplished
21 which does not conform to approved shop drawings and data is at the Contractor's
22 risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conformity.
25 3. Complete project Work, materials, fabrication, and installations in conformance
26 with approved shop drawings, applicable samples, and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for electronic submittals to be
30 uploaded to City's Buzzsaw site, or another external FTP site approved by the
31 City.
32 b. Shop Drawings
33 1) Upload submittal to designated project directory and notify appropriate
34 City representatives via email of submittal posting.
35 2) Hard Copies
36 a) 3 copies for all submittals
37 b) If Contractor requires more than 1 hard copy of Shop Drawings
38 returned, Contractor shall submit more than the number of copies listed
39 above.
40 c. Product Data
41 1) Upload submittal to designated project directory and notify appropriate
42 City representatives via email of submittal posting.
43 2) Hard Copies
44 a) 3 copies for all submittals
45 d. Samples
46 1) Distributed to the Project Representative
47 2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Meadowbrook Godf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAIR - 101307
Revised December 20, 2012
0I3300-5
SUBMITTALS
Page 5 of 8
1 a. Shop Drawings
2 1) Distributed to the City
3 2) Copies
4 a) 8 copies for mechanical submittals
5 b) 7 copies for all other submittals
6 c) If Contractor requires more than 3 copies of Shop Drawings returned,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 1) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 1) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved
17 product data and samples, where required, to the job site file and elsewhere as
18 directed by the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21
K. Submittal Review
22
1.
The review of shop drawings, data and samples will be for general conformance
23
with the design concept and Contract Documents. This is not to be construed as:
24
a. Permitting any departure from the Contract requirements
25
b. Relieving the Contractor of responsibility for any errors, including details,
26
dimensions, and materials
27
c. Approving departures from details furnished by the City, except as otherwise
28
provided herein
29
2.
The review and approval of shop drawings, samples or product data by the City
30
does not relieve the Contractor from his/her responsibility with regard to the
31
fulfillment of the terms of the Contract.
32
a. All risks of error and omission are assumed by the Contractor, and the City will
33
have no responsibility therefore.
34
3.
The Contractor remains responsible for details and accuracy, for coordinating the
35
Work with all other associated work and trades, for selecting fabrication processes,
36
for techniques of assembly and for performing Work in a safe manner.
37
4.
If the shop drawings, data or samples as submitted describe variations and show a
38
departure from the Contract requirements which City finds to be in the interest of
39
the City and to be so minor as not to involve a change in Contract Price or time for
40
performance, the City may return the reviewed drawings without noting an
41
exception.
42
5.
Submittals will be returned to the Contractor under 1 of the following codes:
43
a. Code 1
44
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
45
comments on the submittal.
46
a) When returned under this code the Contractor may release the
47
equipment and/or material for manufacture.
48
b. Code 2
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
013300-6
SUBMITTALS
Page 6 of 8
1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
2 the notations and comments IS NOT required by the Contractor.
3 a) The Contractor may release the equipment or material for manufacture.-
4 however, all notations and comments must be incorporated into the
5 final product.
6 c. Code 3
7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
8 assigned when notations and comments are extensive enough to require a
9 resubmittal of the package.
10 a) The Contractor may release the equipment or material for manufacture;
11 however, all notations and comments must be incorporated into the
12 final product.
13 b) This resubmittal is to address all comments, omissions and
14 non -conforming items that were noted.
15 c) Resubmittal is to be received by the City within 15 Calendar Days of
16 the date of the City's transmittal requiring the resubmittal.
17 d. Code 4
18 1) "NOT APPROVED" is assigned when the submittal does not meet the
19 intent of the Contract Documents.
20 a) The Contractor must resubmit the entire package revised to bring the
21 submittal into conformance.
22 b) It may be necessary to resubmit using a different manufacturer/vendor
23 to meet the Contract Documents,
24 6. Resubmittals
25 a. Handled in the same manner as first submittals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangle or other similar method
28 a) At Contractor's risk if not marked
29 b. Submittals for each item will be reviewed no more than twice at the City's
30 expense.
31 1) All subsequent reviews will be performed at times convenient to the City
32 and at the Contractor's expense, based on the City's or City
33 Representative's then prevailing rates.
34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for
35 all such fees invoiced by the City.
36 c. The need for more than 1 resubmission or any other delay in obtaining City's
37 review of submittals, will not entitle the Contractor to an extension of Contract
38 Time.
39
7. Partial Submittals
40
a. City reserves the right to not review submittals deemed partial, at the City's
41
discretion.
42
b. Submittals deemed by the City to be not complete will be returned to the
43
Contractor, and will be considered "Not Approved" until resubmitted.
44
c. The City may at its option provide a list or mark the submittal directing the
45
Contractor to the areas that are incomplete.
46
8. If the Contractor considers any correction indicated on the shop drawings to
47
constitute a change to the Contract Documents, then written notice must be
48
provided thereof to the City at least 7 Calendar Days prior to release for
49
manufacture.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
013300-7
SUBMITTALS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
11 1. If specifically required in other Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13 N. Request for Information (RFI)
14 1. Contractor Request for additional information
15 a. Clarification or interpretation of the contract documents
16 b. When the Contractor believes there is a conflict between Contract Documents
17 c. When the Contractor believes there is a conflict between the Drawings and
18 Specifications
19 1) Identify the conflict and request clarification
20 2. Use the Request for Information (RFI) form provided by the City.
21
3. Numbering of RFI
22
a. Prefix with "RF1" followed by series number, "-xxx", beginning with "01" and
23
increasing sequentially with each additional transmittal.
24
4. Sufficient information shall be attached to permit a written response without further
25
information.
26
5. The City will log each request and will review the request.
27
a. If review of the project information request indicates that a change to the
28
Contract Documents is required, the City will issue a Field Order or Change
29
Order, as appropriate.
30
1.5
SUBMITTALS [NOT USED]
31
1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32
1.7
CLOSEOUT SUBMITTALS [NOT USED]
33
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34
1.9
QUALITY ASSURANCE [NOT USED]
35
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
36
1.11
FIELD [SITE] CONDITIONS [NOT USED]
37
1.12
WARRANTY [NOT USED]
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
Revision Log
DATE
NAME
SUNEVI RY OF CHANGE
12/20/2012
D. Johnson
1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
0135 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 013513
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 £ Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 1. Coordination with North Central Texas Council of Governments Clean
19 Construction Specification
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 —Bidding .Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 3. Section 33 12 25 -- Connection to Existing Water Mains
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Measurement and Payment
28 1. Coordination within Railroad permit areas
29 a. Measurement
30 1) Measurement for this Item will be by lump sum.
31 b. Payment
32 1) The work performed and materials furnished in accordance with this Item
33 will be paid for at the lump sum price bid for Railroad Coordination.
34 c. The price bid shall include:
35 1) Mobilization
36 2) Inspection
37 3) Safety training
38 4) Additional Insurance
39 5) Insurance Certificates
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
0135 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 6) Other requirements associated with general coordination with Railroad,
2 including additional employees required to protect the right-of-way and
3 property of the Railroad from damage arising out of and/or from the
4 construction of the Project.
5 2. Railroad Flagmen
6 a. Measurement
7 1) Measurement for this Item will be per working day.
8 b. Payment
9 1) The work performed and materials furnished in accordance with this Item
10 will be paid for each working day that Railroad Flagmen are present at the
11 Site.
12 c. The price bid shall include:
13 1) Coordination for scheduling flagmen
14 2) Flagmen
15 3) Other requirements associated with Railroad
16 3. All other items
17 a. Work associated with these Items is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 1.3 REFERENCES
20 A. Reference Standards
21 1. Reference standards cited in this Specification refer to the current reference
22 standard published at the time of the latest revision date logged at the end of this
23 Specification, unless a date is specifically cited.
24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
25 High Voltage Overhead Lines.
26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
27 Specification
28 1.4 ADNHNISTRATIVE REQUMEMENTS
29 A. Coordination with the Texas Department of Transportation
30 1. When work in the right-of-way which is under the jurisdiction of the Texas
31 Department of Transportation (TxDOT):
32 a. Notify the Texas Department of Transportation prior to commencing any work
33 therein in accordance with the provisions of the permit
34 b. All work performed in the TxDOT right-of-way shall be performed in
35 compliance with and subject to approval from the Texas Department of
36 Transportation
37 B. Work near High Voltage Lines
38 1. Regulatory Requirements
39 a. All Work near High Voltage Lines (more than 600 volts measured between
40 conductors or between a conductor and the ground) shall be in accordance with
41 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
42 2. Warning sign
43 a. Provide sign of sufficient size meeting all OSHA requirements.
44 3. Equipment operating within 10 feet of high voltage lines will require the following
45 safety features
CITY OF FORT WORTH Meadowbrook Go6(Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
0I3513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
I a. Insulating cage -type of guard about the boom or arm
2 b. Insulator links on the lift hook connections for back hoes or dippers
3 c. Equipment must meet the safety requirements asset forth by OSHA and the
4 safety requirements of the owner of the high voltage lines
5 4. Work within 6 feet of high voltage electric lines
6 a. Notification shall be given to:
7 1) The power company (example: ONCOR)
8 a) Maintain an accurate log of all such calls to power company and record
9 action taken in each case.
10 b. Coordination with power company
11 1) After notification coordinate with the power company to:
12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
13 lower the lines
14 c. No personnel may work within 6 feet of a high voltage line before the above
15 requirements have been met.
16 C. Confined Space Entry Program
17 1. Provide and follow approved Confined Space Entry Program in accordance with
18 OSHA requirements.
19 2. Confined Spaces include:
20 a. Manholes
21 b. All other confined spaces in accordance with OSHA's Permit Required for
22 Confined Spaces
23 D. Air Pollution Watch Days
24 1. General
25 a. Observe the following guidelines relating to working on City construction sites
26 on days designated as "AIR POLLUTION WATCH DAYS".
27 b. Typical Ozone Season
28 1) May 1 through October 31.
29 c. Critical Emission Time
30 1) 6:00 a.m, to 10:00 a.m.
31 2. Watch Days
32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination
33 with the National Weather Service, will issue the Air Pollution Watch by 3:00
34 p.m. on the afternoon prior to the WATCH day.
35 b. Requirements
36 1) Begin work after 10:00 a.m. whenever construction phasing requires the
37 use of motorized equipment for periods in excess of 1 hour.
38 2) However, the Contractor may begin work prior to 10:00 a.m. if:
39 a) Use of motorized equipment is less than I hour, or
40 b) If equipment is new and certified by EPA as "Low Emitting", or
41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
42 alternative fuels such as CNG.
43 E. TCEQ Air Permit
44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
45 F. Use of Explosives, Drop Weight, Etc.
46 1. When Contract Documents permit on the project the following will apply:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
0135 13-4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1 a. Public Notification
2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
3 prior to commencing.
4 2) Minimum 24 hour public notification in accordance with Section 0131 13
5 G. Water Department Coordination
6 1. During the construction of this project, it will be necessary to deactivate, for a
7 period of time, existing lines. The Contractor shall be required to coordinate with
8 the Water Department to determine the best times for deactivating and activating
9 those lines.
10 2. Coordinate any event that will require connecting to or the operation of an existing
I I City water Iine system with the City's representative.
12 a. Coordination shall be in accordance with Section 33 12 25.
13 b. If needed, obtain a hydrant water meter from the Water Department for use
14 during the life of named project.
15 c. In the event that a water valve on an existing live system be turned off and on
16 to accommodate the construction of the project is required, coordinate this
17 activity through the appropriate City representative.
18 1) Do not operate water line valves of existing water system.
19 a) Failure to comply will render the Contractor in violation of Texas Penal
20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
21 will be prosecuted to the full extent of the law.
22 b) In addition, the Contractor will assume all Iiabilities and
23 responsibilities as a result of these actions.
24 H. Public Notification Prior to Beginning Construction
25 1. Prior to beginning construction on any block in the project, on a block by block
26 basis, prepare and deliver a notice or flyer of the pending construction to the front
27 door of each residence or business that will be impacted by construction. The notice
28 shall be prepared as follows:
29 a. Post notice or flyer 7 days prior to beginning any construction activity on each
30 block in the project area.
31 1) Prepare flyer on the Contractor's letterhead and include the following
32 information:
33 a) Name of Project
34 b) City Project No (CPN)
35 c) Scope of Project (i.e. type of construction activity)
36 d) Actual construction duration within the block
37 e) Name of the contractor's foreman and phone number
38 f) Name of the City's inspector and phone number
39 g) City's after-hours phone number
40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
41 A.
42 3) Submit schedule showing the construction start and finish time for each
43 block of the project to the inspector.
44 4) Deliver flyer to the City Inspector for review prior to distribution.
45 b. No construction will be allowed to begin on any block until the flyer is
46 delivered to all residents of the block.
47 I. Public Notification of Temporary Water Service Interruption during Construction
CITY OF FORT WORTH Meadowhrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1 1. In the event it becomes necessary to temporarily shut down water service to
2 residents or businesses during construction, prepare and deliver a notice or flyer of
3 the pending interruption to the front door of each affected resident.
4 2. Prepared notice as follows:
5 a. The notification or flyer shall be posted 24 hours prior to the temporary
6 interruption.
7 b. Prepare flyer on the contractor's letterhead and include the following
8 information:
9 1) Name of the project
10 2) City Project Number
11 3) Date of the interruption of service
12 4) Period the interruption will take place
13 5) Name of the contractor's foreman and phone number
14 6) Name of the City's inspector and phone number
15 c. A sample of the temporary water service interruption notification is attached as
16 Exhibit B.
17 d. Deliver a copy of the temporary interruption notification to the City inspector
18 for review prior to being distributed.
19 e. No interruption of water service can occur until the flyer has been delivered to
20 all affected residents and businesses.
21 f. Electronic versions of the sample flyers can be obtained from the Project
22 Construction Inspector.
23 J. Coordination with United States Army Corps of Engineers (U SACE)
24 1. At locations in the Project where construction activities occur in areas where
25 USACE permits are required, meet all requirements set forth in each designated
26 permit.
27 K. Coordination within Railroad Permit Areas
28 1. At locations in the project where construction activities occur in areas where
29 railroad permits are required, meet all requirements set forth in each designated
30 railroad permit. This includes, but is not limited to, provisions for:
31 a. FIagmen
32 b. Inspectors
33 c. Safety training
34 d. Additional insurance
35 e. Insurance certificates
36 f. Other employees required to protect the right-of-way and property of the
37 Railroad Company from damage arising out of and/or from the construction of
38 the project. Proper utility clearance procedures shall be used in accordance with
39 the permit guidelines.
40 2. Obtain any supplemental information needed to comply with the railroad's
41 requirements.
42 3. Railroad Flagmen
43 a. Submit receipts to City for verification of working days that railroad flagmen
44 were present on Site.
45 L. Dust Control
46 1. Use acceptable measures to control dust at the Site.
47 a. If water is used to control dust, capture and properly dispose of waste water.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
O13513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1
b. If wet saw cutting is performed, capture and properly dispose of slurry.
2
M. Employee Parking
3
1. Provide parking for employees at locations approved by the City.
4
N. Coordination with North Central Texas Council of Governments (NCTCOG) Clean
5
Construction Specification
6
1. Comply with equipment, operational, reporting and enforcement requirements set
7
forth in NCTCOG's Clean Construction Specification.
8
1.5
SUBMITTALS [NOT USED]
9
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
10
1.7
CLOSEOUT SUBMITTALS [NOT USED]
11
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12
1.9
QUALITY ASSURANCE [NOT USED]
13
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
14
1.11
FIELD [SITE] CONDITIONS [NOT USED]
15
1.12
WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED]
17 PART 3 - EXECUTION [NOT USED]
18
19
20
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
8/31/2012
D. Johnson
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752, High Voltage Overhead Lines.
t .4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAIR-101307
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
013513-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
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 PORT
NORTH, 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>
AM
Mr. <C1TY INSPECTORS AT [ TELEPHONE NO>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Meadowbrook Golf Course Pump Station
PAR - 101307
1
0
3
4
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
EXHIBIT B
FORTWORTH
r"m Ito. Xx=
ftelm
NOTICE OF TRKP®RARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
W YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
CITY OF FORT WORTH Meadowbrook Golf Course Pump .Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS P,4R - 101307
Revised December 20, 2012
014523-1
TESTING AND INSPECTION SERVICES
Page I of 2
I SECTION 0145 23
2 TESTING AND INSPECTION SERVICES
3 PART1- GENERAL
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 a. Contractor is responsible for performing, coordinating, and payment of all
17 Quality Control testing.
18 b. City is responsible for performing and payment for first set of Quality
19 Assurance testing.
20 1) If the first Quality Assurance test performed by the City fails, the
21 Contractor is responsible for payment of subsequent Quality Assurance
22 testing until a passing test occurs.
23 a) Final acceptance will not be issued by City until all required payments
24 for testing by Contractor have been paid in full.
25 1.3 REFERENCES [NOT USED]
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Testing
28 1. Complete testing in accordance with the Contract Documents.
29 2. Coordination
30 a. When testing is required to be performed by the City, notify City, sufficiently
31 in advance, when testing is needed.
32 b. When testing is required to be completed by the Contractor, notify City,
33 sufficiently in advance, that testing will be performed.
34 3. Distribution of Testing Reports
35 a. Electronic Distribution
36 1) Confirm development of Project directory for electronic submittals to be
37 uploaded to City's Buzzsaw site, or another external FTP site approved by
38 the City.
CITY OF FORT WORTll Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
014523-2
TESTING AND INSPECTION SERVICES
Page 2 of 2
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting.
3 3) Hard Copies
4 a) 1 copy for all submittals submitted to the Project Representative
5 b. Hard Copy Distribution (if required in lieu of electronic distribution)
6 1) Tests performed by City
7 a) Distribute 1 hard copy to the Contractor
8 2) Tests performed by the Contractor
9 a) Distribute 3 hard copies to City's Project Representative
10 4. Provide City's Project Representative with trip tickets for each delivered load of
11 Concrete or Lime material including the following information:
12 a. Name of pit
13 b. Date of delivery
14 c. Material delivered
15 B. Inspection
16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to
17 perform work in accordance with the Contract Documents.
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24
25
26
27
28
29
30
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Go6rCourse Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page I of 4
1 SECTION 0150 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART 1 - GENERAL
5I1 MI0010 KI51114
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 — General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel, power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation of Work.
33 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
40 1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1
d. Contractor Payment for Construction Water
2
1) Obtain construction water meter from City for payment as billed by City's
3
established rates.
4
3.
Electricity and Lighting
5
a. Provide and pay for electric powered service as required for Work, including
6
testing of Work.
7
1) Provide power for lighting, operation of equipment, or other use.
8
b. Electric power service includes temporary power service or generator to
9
maintain operations during scheduled shutdown.
10
4.
Telephone
11
a. Provide emergency telephone service at Site for use by Contractor personnel
12
and others performing work or furnishing services at Site.
13
5.
Temporary Heat and Ventilation
14
a. Provide temporary heat as necessary for protection or completion of Work.
15
b. Provide temporary heat and ventilation to assure safe working conditions.
16
B. Sanitary Facilities
17
1.
Provide and maintain sanitary facilities for persons on Site.
18
a. Comply with regulations of State and local departments of health.
19
2.
Enforce use of sanitary facilities by construction personnel at job site.
20
a. Enclose and anchor sanitary facilities.
21
b. No discharge will be allowed from these facilities.
22
c. Collect and store sewage and waste so as not to cause nuisance or health
23
problem.
24
d. Haul sewage and waste off -site at no less than weekly intervals and properly
25
dispose in accordance with applicable regulation.
26
3.
Locate facilities near Work Site and keep clean and maintained throughout Project.
27
4.
Remove facilities at completion of Project
28
C. Storage Sheds and Buildings
29
1.
Provide adequately ventilated, watertight, weatherproof storage facilities with floor
30
above ground level for materials and equipment susceptible to weather damage.
31
2.
Storage of materials not susceptible to weather damage may be on blocks off
32
ground.
33
3.
Store materials in a neat and orderly manner.
34
a. Place materials and equipment to permit easy access for identification,
35
inspection and inventory.
36
4.
Equip building with lockable doors and lighting, and provide electrical service for
37
equipment space heaters and heating or ventilation as necessary to provide storage
38
environments acceptable to specified manufacturers.
39
5.
Fill and grade site for temporary structures to provide drainage away from
40
temporary and existing buildings.
41
6.
Remove building from site prior to Final Acceptance.
42
D. Temporary Fencing
43
1.
Provide and maintain for the duration or construction when required in contract
44
documents
45
E. Dust
Control
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1 1. Contractor is responsible for maintaining dust control through the duration of the
2 project.
3 a. Contractor remains on -call at all times
4 b. Must respond in a timely manner
5 F. Temporary Protection of Construction
6 1. Contractor or subcontractors are responsible for protecting Work from damage due
7 to weather.
8 1.5 SUBMITTALS [NOT USED]
9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE [NOT USED]
13 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
14 1.11 FIELD [SITE] CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED]
17 PART 3 - EXECUTION [NOT USED]
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATION
22 A. Temporary Facilities
23 1. Maintain all temporary facilities for duration of construction activities as needed.
24 3.5 [REPAIR] / [RESTORATION]
25 3.6 RE -INSTALLATION
26 3.7 FIELD (OR] SITE QUALITY CONTROL [NOT USED]
27 3.8 SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Temporary Facilities
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1 1. Remove all temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
C
7
8
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July I, 2011
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 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
rFTiiF-=4iDIWDISDICMV
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27
28
29
30
31
32
33
34
35
36
37
38
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1) Allow a minimum of 5 working days for permit review.
2 2) Contractor's responsibility to coordinate review of Traffic Control plans for
3 Street Use Permit, such that construction is not delayed.
4 C. Modification to Approved Traffic Control
5 1. Prior to installation traffic control:
6 a. Submit revised traffic control plans to City Department Transportation and
7 Public Works Department,
8 1) Revise Traffic Control plans in accordance with Section 34 71 13.
9 2) Allow minimum 5 working days for review of revised Traffic Control.
10 3) It is the Contractor's responsibility to coordinate review of Traffic Control
11 plans for Street Use Permit, such that construction is not delayed.
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for construction, then contact
14 City Transportation and Public Works Department, Signs and Markings Division to
15 remove the sign.
16 E. Temporary Signage
17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
19 Devices {MUTCD).
20 2. Install temporary sign before the removal of permanent sign.
21 3. When construction is complete, to the extent that the permanent sign can be
22 reinstalled, contact the City Transportation and Public Works Department, Signs
23 and Markings Division, to reinstall the permanent sign.
24 F. Traffic Control Standards
25 1. Traffic Control Standards can be found on the City's Buzzsaw website.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 1.11 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
34 PART 2 - PRODUCTS [NOT USED]
35 PART 3 - EXECUTION [NOT USED]
36 END OF SECTION
CITY OF FORT WORTH Meadowbrook Godf Course Pump Stahon
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS P,4R-101307
Revised July 1, 2011
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0160 00
PRODUCT REQUIREMENTS
01 60 00 - 1
PRODUCT REQUIREMENTS
Page I of 2
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division I — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
13 1.3 REFERENCES [NOT USED]
14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. A list of City approved products for use is located on Buzzsaw as follows:
16 1. Resources102 - Construction Documents\Standard Products List
17 B. Only products specifically included on City's Standard Product List in these Contract
18 Documents shall be allowed for use on the Project.
19 1. Any subsequently approved products will only be allowed for use upon specific
20 approval by the City.
21 C. Any specific product requirements in the Contract Documents supersede similar
22 products included on the City's Standard Product List.
23 1. The City reserves the right to not allow products to be used for certain projects even
24 though the product is listed on the City's Standard Product List,
25 D. Although a specific product is included on City's Standard Product List, not all
26 products from that manufacturer are approved for use, including but not limited to, that
27 manufacturer's standard product.
28 E. See Section 0133 00 for submittal requirements of Product Data included on City's
29 Standard Product List.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH tMeadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
016000-2
PRODUCT REQUIREMENTS
Page 2 of 2
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
6 END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
10/12/12
D. Johnson
Modified Location of City's Standard Product List
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page I of 4
1 SECTION 0166 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division I — General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 L4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22
1.5
SUBMITTALS [NOT USED]
23
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
24
1.7
CLOSEOUT SUBMITTALS [NOT USED]
25
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26
1.9
QUALITY ASSURANCE [NOT USED]
27
1.10
DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Meadow6rook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July I, 2011
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
1
4.
Deliver products or equipment in manufacturer's original unbroken cartons or other
2
containers designed and constructed to protect the contents from physical or
3
environmental damage.
4
5.
Clearly and fully mark and identify as to manufacturer, item and installation
5
location.
6
6.
Provide manufacturer's instructions for storage and handling.
7
B. Handling
Requirements
8
1.
Handle products or equipment in accordance with these Contract Documents and
9
manufacturer's recommendations and instructions.
10
C. Storage Requirements
11
1.
Store materials in accordance with manufacturer's recommendations and
12
requirements of these Specifications.
13
2.
Make necessary provisions for safe storage of materials and equipment.
14
a. Place loose soil materials and materials to be incorporated into Work to prevent
15
damage to any part of Work or existing facilities and to maintain free access at
16
all times to all parts of Work and to utility service company installations in
17
vicinity of Work.
18
3.
Keep materials and equipment neatly and compactly stored in locations that will
19
cause minimum inconvenience to other contractors, public travel, adjoining owners,
20
tenants and occupants.
21
a. Arrange storage to provide easy access for inspection.
22
4.
Restrict storage to areas available on construction site for storage of material and
23
equipment as shown on Drawings, or approved by City's Project Representative.
24
5.
Provide off -site storage and protection when on -site storage is not adequate.
25
a. Provide addresses of and access to off -site storage locations for inspection by
26
City's Project Representative.
27
6.
Do not use lawns, grass plots or other private property for storage purposes without
28
written permission of owner or other person in possession or control of premises.
29
7.
Store in manufacturers' unopened containers.
30
8.
Neatly, safely and compactly stack materials delivered and stored along line of
31
Work to avoid inconvenience and damage to property owners and general public
32
and maintain at least 3 feet from fire hydrant.
33
9.
Keep public and private driveways and street crossings open.
34
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
35
satisfaction of City's Project Representative.
36
a. Total length which materials may be distributed along route of construction at
37
one time is 1,000 linear feet, unless otherwise approved in writing by City's
38
Project Representative.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5
3.1
INSTALLERS INOT USED]
6
3.2
-EXAMINATION [NOT USED]
7
3.3
PREPARATION [NOT USED]
8
3.4
ERECTION [NOT USEDI
9
3.5
REPAIR / RESTORATION [NOT USED]
10
3.6
RE -INSTALLATION [NOT USED]
11
3.7
FIELD [OR] SITE QUALITY CONTROL
12
A. Tests and Inspections
13
1. Inspect all products or equipment delivered to the site prior to unloading.
14
B. Non -Conforming Work
15
1. Reject all products or equipment that are damaged, used or in any other way
16
unsatisfactory for use on the project.
17
3.8
SYSTEM STARTUP [NOT USED]
18
3.9
ADJUSTING [NOT USED]
19
3.10
CLEANING [NOT USED]
20
3.11
CLOSEOUT ACTIVITIES [NOT USED]
21
3.12
PROTECTION
22 A. Protect all products or equipment in accordance with manufacturer's written directions.
23 B. Store products or equipment in location to avoid physical damage to items while in
24 storage.
25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by
26 the manufacturer.
27 3.13 MAINTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USED]
29 END OF SECTION
30
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
016600-4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadmvbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 10130 7
Revised July 1, 2011
017000-1
MOBILIZATION AND REMOBILIZATION
Page 1 of 6
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
1. Mobilization and Demobilization
7
a. Mobilization
8
1) Transportation of Contractor's personnel, equipment, and operating supplies
9
to the Site
10
2) Establishment of necessary general facilities for the Contractor's operation
11
at the Site
12
3) Premiums paid for performance and payment bonds
13
4) Transportation of Contractor's personnel, equipment, and operating supplies
14
to another location within the designated Site
15
5) Relocation of necessary general facilities for the Contractor's operation
16
from I location to another location on the Site.
17
b. Demobilization
18
1) Transportation of Contractor's personnel, equipment, and operating supplies
19
away from the Site including disassembly
20
2) Site Clean-up
21
3) Removal of all buildings and/or other facilities assembled at the Site for this
22
Contract
23
c. Mobilization and Demobilization do not include activities for specific items of
24
work that are for which payment is provided elsewhere in the contract.
25 2. RemobiIization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
28 1) Demobilization
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised November 22, 2016
0170 00 - 2
MOBILIZATION AND RE MOBILIZATION
Page 2 of 6
1
a)
Transportation of Contractor's personnel, equipment, and operating
2
supplies from the Site including disassembly or temporarily securing
3
equipment, supplies, and other facilities as designated by the Contract
4
Documents necessary to suspend the Work.
5
b)
Site Clean-up as designated in the Contract Documents
6
2) Remobilization
7
a)
Transportation of Contractor's personnel, equipment, and operating
8
supplies to the Site necessary to resume the Work.
9
b)
Establishment of necessary general facilities for the Contractor's
10
operation at the Site necessary to resume the Work.
11
3) No
Payments will be made for:
12
a)
Mobilization and Demobilization from one location to another on the
13
Site in the normal progress of performing the Work.
14
b)
Stand-by or idle time
15
c)
Lost profits
16 3. Mobilizations and Demobilization for Miscellaneous Projects
17 a. Mobilization and Demobilization
18
1) Mobilization shall consist of the activities and cost on a Work Order basis
19
necessary for:
20
a) Transportation of Contractor's personnel, equipment, and operating
21
supplies to the Site for the issued Work Order.
22
b) Establishment of necessary general facilities for the Contractor's
23
operation at the Site for the issued Work Order
24
2) Demobilization shall consist of the activities and cost necessary for:
25 a) Transportation of Contractor's personnel, equipment, and operating
26 supplies from the Site including disassembly for each issued Work
27 Order
28 b) Site Clean-up for each issued Work Order
29 c) Removal of all buildings or other facilities assembled at the Site for
30 each Work Oder
31 b. Mobilization and Demobilization do not include activities for specific items of
32 work for which payment is provided elsewhere in the contract.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised November 22, 2016
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 6
1 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
2 a. A Mobilization for Miscellaneous Projects when directed by the City and the
3 mobilization occurs within 24 hours of the issuance of the Work Order.
4 B. Deviations from this City of Fort Worth Standard Specification
5 1. None.
6 C. Related Specification Sections include, but are not necessarily limited to:
7 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
8 2. Division 1 — General Requirements
9 1.2 PRICE AND PAYMENT PROCEDURES
10 A. Measurement and Payment [Consult City Department/Division for direction on if
11 Mobilization pay item to be included or the item should be subsidiary. Include the
12 appropriate Section 1.2 A. 1.]
13
1. Mobilization and Demobilization
14
a. Measure
15
1) This Item is considered subsidiary to the various Items bid.
16
b. Payment
17
1) The work performed and materials furnished in accordance with this Item
18
are subsidiary to the various Items bid and no other compensation will be
19
allowed.
20
2. Remobilization for suspension of Work as specifically required in the Contract
21
Documents
22
a. Measurement
23
1) Measurement for this Item shall be per each remobilization performed.
24
b. Payment
25
1) The work performed and materials furnished in accordance with this Item
26
and measured as provided under "Measurement" will be paid for at the unit
27
price per each "Specified Remobilization" in accordance with Contract
28
Documents.
29
c. The price shall include:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised November 22, 2016
017000-4
MOBILIZATION AND REMOBILIZATION
Page 4 of 6
1 1) Demobilization as described in Section 1.1.A.2.a.1)
2 2) Remobilization as described in Section I.l.A.2.a.2)
3 d. No payments will be made for standby, idle time, or Iost profits associated this
4 Item.
5 3. Remobilization for suspension of Work as required by City
6 a. Measurement and Payment
7 1) This shall be submitted as a Contract Claim in accordance with Article 10
8 of Section 00 72 00.
9 2) No payments will be made for standby, idle time, or lost profits associated
10 with this Item.
11 4. Mobilizations and Demobilizations for Miscellaneous Projects
12 a. Measurement
13 1) Measurement for this Item shall be for each Mobilization and
14 Demobilization required by the Contract Documents
15 b. Payment
16 1) The Work performed and materials furnished in accordance with this Item
17 and measured as provided under "Measurement" will be paid for at the unit
18 price per each "Work Order Mobilization" in accordance with Contract
19 Documents. Demobilization shall be considered subsidiary to mobilization
20 and shall not be paid for separately.
21 c. The price shall include:
22 1) Mobilization as described in Section L1.A.3.a.1)
23 2) Demobilization as described in Section l.I.A.3.a.2)
24 d. No payments will be made for standby, idle time, or lost profits associated this
25 Item.
26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
27 a. Measurement
28 1) Measurement for this Item shall be for each Mobilization and
29 Demobilization required by the Contract Documents
30 b. Payment
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR -101307
Revised November 22, 2016
017000-5
MOBILIZATION AND REMOBILIZATION
Page 5 of 6
1
1) The Work performed and materials furnished in accordance with this Item
2
and measured as provided under "Measurement" will be paid for at the unit
3
price per each "Work Order Emergency Mobilization" in accordance with
4
Contract Documents. Demobilization shall be considered subsidiary to
5
mobilization and shall not be paid for separately.
6
c. The price shall include
7
1) Mobilization as described in Section I.I.A.4.a)
8
2) Demobilization as described in Section 1.1.A.3.a.2)
9
d. No payments will be made for standby, idle time, or lost profits associated this
10
Item.
11 1.3 REFERENCES [NOT USED]
12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
13 1.5 SUBMITTALS [NOT USED]
14 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
15 1.7 CLOSEOUT SUBMITTALS [NOT USED]
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19 1.11 FIELD [SITE] CONDITIONS [NOT USED]
20 1.12 WARRANTY [NOT USED]
21 PART 2 - PRODUCTS [NOT USED]
22 PART 3 - EXECUTION [NOT USED]
23 END OF SECTION
24
CITY OF FORT WORTH Meodowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised November 22, 2016
01 70 00 - 6
MOBILIZATION AND REMOBILIZATION
Page 6 of 6
Revision Log
DATE
NAME
SUMMARY OF CHANGE
11/22/16
Michael Owen
1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH Meodowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised November 22, 2016
017123-I
CONSTRUCTION STAKING AND SURVEY
Page I of 8
1 SECTION 017123
2 CONSTRUCTION STAKING AND SURVEY
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 1) Measurement for this Item shall be by lump sum.
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item shall be paid for at the lump sum price bid for "Construction Staking".
20 2) Payment for "Construction Staking" shall be made in partial payments
21 prorated by work completed compared to total work included in the lump
22 sum item.
23 c. The price bid shall include, but not be limited to the following:
24 1) Verification of control data provided by City.
25 2) Placement, maintenance and replacement of required stakes and markings
26 in the field.
27 3) Preparation and submittal of construction staking documentation in the
28 form of "cut sheets" using the City's standard template.
29
2. Construction Survey
30
a. Measurement
31
1) This Item is considered subsidiary to the various Items bid.
32
b. Payment
33
1) The work performed and the materials furnished in accordance with this
34
Item are subsidiary to the various Items bid and no other compensation will be
35
allowed.
36
3- As -Built Survey
37
a. Measurement
38
1) Measurement for this Item shall be by lump sum.
39
b. Payment
40
1) The work performed and the materials furnished in accordance with this
41
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH Meadowbrook God#Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised February 14, 2018
01 7I 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1 2) Payment for "Construction Staking" shall be made in partial payments
2 prorated by work completed compared to total work included in the lump sum
3 item.
4 c. The price bid shall include, but not be limited to the following::
5 1) Field measurements and survey shots to identify location of completed
6 facilities.
7 2) Documentation and submittal of as -built survey data onto contractor redline
8 plans and digital survey files.
9
to 1.3 REFERENCES
11 A. Definitions
12 1. Construction Survey - The survey measurements made prior to or while
13 construction is in progress to control elevation, horizontal position, dimensions and
14 configuration of structures/improvements included in the Project Drawings.
15 2. As -built Survey The measurements made after the construction of the
16 improvement features are complete to provide position coordinates for the features
17 of a project.
18 3. Construction Staking — The placement of stakes and markings to provide offsets
19 and elevations to cut and fill in order to locate on the ground the designed
20 structures/improvements included in the Project Drawings. Construction staking
21 shall include staking easements and/or right of way if indicated on the plans.
22 4. Survey "Field Checks" — Measurements made after construction staking is
23 completed and before construction work begins to ensure that structures marked on
24 the ground are accurately located per Project Drawings.
25 B. Technical References
26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
27 website) — 01 71 23.16.01— Attachment A —Survey Staking Standards
28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
29 on City's Buzzsaw website).
30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
32 Surveying in the State of Texas, Category 5
33
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. The Contractor's selection of a surveyor must comply with Texas Government
36 Code 2254 (qualifications based selection) for this project.
37 1.5 SUBMITTALS
38 A. Submittals, if required, shall be in accordance with Section 01 33 00.
39 B. All submittals shall be received and reviewed by the City prior to delivery of work.
40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
41 A. Field Quality Control Submittals
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised February 14, 2018
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Documentation verifying accuracy of field engineering work, including coordinate
2 conversions if plans do not indicate grid or ground coordinates.
3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
4 (refer to 01 71 23.16.01 -- Attachment A — Survey Staking Standards).
5 1.7 CLOSEOUT SUBMITTALS
6 B. As -built Redline Drawing Submittal
7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
8 constructed improvements signed and scaled by Registered Professional Land
9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A
10 — Survey Staking Standards) .
11 2. Contractor shall submit the proposed as -built and completed redline drawing
12 submittal one (1) week prior to scheduling the project final inspection for City
13 review and comment. Revisions, if necessary, shall be made to the as -built redline
14 drawings and resubmitted to the City prior to scheduling the construction final
15 inspection.
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE
18 A. Construction Staking
19 1. Construction staking will be performed by the Contractor.
20 2. Coordination
21 a. Contact City's Project Representative at least one week in advance notifying
22 the City of when Construction Staking is scheduled.
23 b. It is the Contractor's responsibility to coordinate staking such that
24 construction activities are not delayed or negatively impacted.
25 3. General
26 a. Contractor is responsible for preserving and maintaining stakes. If City
27 surveyors are required to re -stake for any reason, the Contractor will be
28 responsible for costs to perform staking. if in the opinion of the City, a
29 sufficient number of stakes or markings have been lost, destroyed disturbed or
30 omitted that the contracted Work cannot take place then the Contractor will be
31 required to stake or re -stake the deficient areas.
32 B. Construction Survey
33 1. Construction Survey will be performed by the Contractor.
34 2. Coordination
35 a. Contractor to verify that horizontal and vertical control data established in the
36 design survey and required for construction survey is available and in place.
37 3. General
38 a. Construction survey will be performed in order to construct the work shown
39 on the Construction Drawings and specified in the Contract Documents.
40 b. For construction methods other than open cut, the Contractor shall perform
41 construction survey and verify control data including, but not limited to, the
42 following:
43 1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 14, 2018
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
1
2) Use of Benchmarks to furnish and maintain all reference lines and grades
2
for tunneling.
3
3) Use of line and grades to establish the Iocation of the pipe.
4
4) Submit to the City copies of field notesused to establish all lines and
5
grades, if requested, and allow the City to check guidance system setup prior
6
to beginning each tunneling drive.
7
5) Provide access for the City, if requested, to verify the guidance system and
8
the line and grade of the carrier pipe.
9
6) The Contractor remains fully responsible for the accuracy of the work and
10
correction of it, as required.
11
7) Monitor line and grade continuously during construction.
12
8) Record deviation with respect to design line and grade once at each pipe
13
joint and submit daily records to the City.
14
9) If the installation does not meet the specified tolerances (as outlined in
15
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
16
the installation in accordance with the Contract Documents.
17 C. As -Built Survey
18 1, Required As -Built Survey will be performed by the Contractor.
19 2. Coordination
20 a. Contractor is to coordinate with City to confirm which features require as-
21 built surveying.
22 b. It is the Contractor's responsibility to coordinate the as -built survey and
23 required measurements for items that are to be buried such that construction
24 activities are not delayed or negatively impacted.
25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable
26 to physically measure depth and mark the location during the progress of
27 construction and take as -built survey after the facility has been buried. The
28 Contractor is responsible for the quality control needed to ensure accuracy.
29 3. General
30 a. The Contractor shall provide as -built survey including the elevation and
31 location (and provide written documentation to the City) of construction
32 features during the progress of the construction including the following:
33 1) Water Lines
34 a) Top of pipe elevations and coordinates for waterlines at the following
35 locations:
36 (1) Minimum every 250 linear feet, including
37 (2) Horizontal and vertical points of inflection, curvature,
38 etc.
39 (3) Fire line tee
40 (4) Plugs, stub -outs, dead-end lines
41 (5) Casing pipe (each end) and all buried fittings
42 2) Sanitary Sewer
43 a) Top of pipe elevations and coordinates for force mains and siphon
44 sanitary sewer lines (non -gravity facilities) at the following locations:
45 (1) Minimum every 250 linear feet and any buried fittings
46 (2) Horizontal and vertical points of inflection, curvature,
47 etc.
48 3) Stormwater —Not Applicable
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1
b. The Contractor shall provide as -built survey including the elevation and
2
location (and provide written documentation to the City) of construction
3
features after the construction is completed including the following:
4
1) Manholes
5
a) Rim and flowline elevations and coordinates for each manhole
6
2) Water Lines
7
a) Cathodic protection test stations
8
b) Sampling stations
9
c) Meter boxes/vaults (All sizes)
10
d) Fire hydrants
11
e) Valves (gate, butterfly, etc.)
12
f) Air Release valves (Manhole rim and vent pipe)
13
g) Blow off valves (Manhole rim and valve lid)
14
h) Pressure plane valves
15
i) Underground Vaults
16
(1) Rim and flowline elevations and coordinates for each
17
Underground Vault.
18
3) Sanitary Sewer
19
a) Cleanouts
20
(1) Rim and flowline elevations and coordinates for each
21
b) Manholes and Junction Structures
22
(1) Rim and flowline elevations and coordinates for each
23
manhole and junction structure.
24
4) Stormwater — Not Applicable
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY
28 PART 2 - PRODUCTS
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The Iocation of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH Meadowbrook Golf Course Purnp Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
2 standard templates, if available)
3 6. Survey files shall include vertical and horizontal data tied to original project
4 control and benchmarks, and shall include feature descriptions
5 PART 3 - EXECUTION
6 3.1 INSTALLERS
7 A. Tolerances:
8
1. The staked location of any improvement or facility should be as accurate as
9
practical and necessary. The degree of precision required is dependent on many
10
factors all of which must remain judgmental. The tolerances listed hereafter are
11
based on generalities and, under certain circumstances, shall yield to specific
12
requirements. The surveyor shall assess any situation by review of the overall plans
13
and through consultation with responsible parties as to the need for specific
14
tolerances.
15
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
16
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
17
1.0 ft. tolerance.
18
b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
19
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
20
walkways shall be located within the confines of the site boundaries and,
21
occasionally, along a boundary or any other restrictive line. Away from any
22
restrictive line, these facilities should be staked with an accuracy producing no
23
more than 0.0511. tolerance from their specified locations.
24
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
25
electric lines, shall be located horizontally within their prescribed areas or
26
casements. Within assigned areas, these utilities should be staked with an
27
accuracy producing no more than 0.1 ft tolerance from a specified location.
28
c. The accuracy required for the vertical location of utilities varies widely. Many
29
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
30
should be maintained. Underground and overhead utilities on planned profile,
31
but not depending on gravity flow for performance, should not exceed 0.1 ft.
32
tolerance.
33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
34 specifications or in compliance to standards. The City reserves the right to request a
35 calibration report at any time and recommends regular maintenance schedule be
36 performed by a certified technician every 6 months.
37 1. Field measurements of angles and distances shall be done in such fashion as to
38 satisfy the closures and tolerances expressed in Part 3. LA.
39 2. Vertical locations shall be established from a pre -established benchmark and
40 checked by closing to a different bench mark on the same datum.
41 3. Construction survey field work shall correspond to the client's plans. Irregularities
42 or conflicts found shall be reported promptly to the City.
43 4. Revisions, corrections and other pertinent data shall be logged for future reference.
44
CITY OF FORT WORTH Meadawbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S PAR-101307
Revised February 14, 2018
01 7123 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 3.2 EXAMINATION [NOT USED]
2 3.3 PREPARATION [NOT USED]
i�XW.19WRWT4Y100
4 3.5 REPAIR / RESTORATION
5 A. If the Contractor's work damages or destroys one or more of the control
6 monuments/points set by the City, the monuments shall be adequately referenced for
7 expedient restoration.
8 1. Notify City if any control data needs to be restored or replaced due to damage
9 caused during construction operations.
10 a. Contractor shall perform replacements and/or restorations.
11 b. The City may require at any time a survey "Field Check" of any monument
12 or benchmarks that are set be verified by the City surveyors before further
13 associated work can move forward.
14 3.6 RE -INSTALLATION [NOT USED]
15 3.7 FIELD [oR] SITE QUALITY CONTROL
16 A. 1t is the Contractor's responsibility to maintain all stakes and control data placed by the
17 City in accordance with this Specification. This includes easements and right of way, if
18 noted on the plans.
19 B. Do not change or relocate stakes or control data without approval from the City.
20 3.8 SYSTEM STARTUP
21
22
23
24
25
26
27
28
29
30
31
32
33
34
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3'd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE
NAME
SUMMARY OF CHANGE
8/31/2012
D.Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017
M. Owen
definitions and references under 1.3; modified t .6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 -- PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018
M Owen
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Meadoivbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised February 14, 2018
017423-1
CLEANING
Page 1 of 4
1 SECTION 0174 23
2 CLEANING
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1, None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20
A. Scheduling
21
1. Schedule cleaning operations so that dust and other contaminants disturbed by
22
cleaning process will not fall on newly painted surfaces.
23
2. Schedule final cleaning upon completion of Work and immediately prior to final
24
inspection.
25
1.5
SUBMITTALS [NOT USED]
26
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27
1.7
CLOSEOUT SUBMITTALS [NOT USED]
28
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29
1.9
QUALITY ASSURANCE [NOT USED]
30
1.10
STORAGE, AND HANDLING
31
A. Storage and Handling Requirements
32
1. Store cleaning products and cleaning wastes in containers specifically designed for
33
those materials.
CITY OF FORT WORTH Meadoivbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 - EXECUTION
14
3.1
INSTALLERS [NOT USED]
15
3.2
EXAMINATION [NOT USED]
16
3.3
PREPARATION [NOT USED]
17
3.4
APPLICATION [NOT USED]
18
3.5
REPAIR / RESTORATION [NOT USED]
19
3.6
RE -INSTALLATION [NOT USED]
20
3.7
FIELD loR] SITE QUALITY CONTROL [NOT USED]
21
3.8
SYSTEM STARTUP [NOT USED]
22
3.9
ADJUSTING [NOT USED]
23
3.10
CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORT14 MeadowbrookGolrCourse Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
017423-3
CLEANING
Page 3 of 4
1 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Do not burn on -site.
9
B. Intermediate Cleaning during Construction
10
1.
Keep Work areas clean so as not to hinder health, safety or convenience of
I 1
personnel in existing facility operations.
12
2.
At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13
3.
Confine construction debris daily in strategically located container(s):
14
a. Cover to prevent blowing by wind
15
b. Store debris away from construction or operational activities
16
c. Haul from site at a minimum of once per week
17
4.
Vacuum clean interior areas when ready to receive finish painting.
18
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
19
5.
Prior to storm events, thoroughly clean site of all Ioose or unsecured items, which
20
may become airborne or transported by flowing water during the storm.
21
C. Interior Final Cleaning
22
1.
Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
23
foreign materials from sight -exposed surfaces.
24
2.
Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
25
3.
Wash and shine glazing and mirrors.
26
4.
Polish glossy surfaces to a clear shine.
27
5.
Ventilating systems
28
a. Clean permanent filters and replace disposable filters if units were operated
29
during construction.
30
b. Clean ducts, blowers and coils if units were operated without filters during
31
construction.
32
6.
Replace all burned out lamps.
33
7.
Broom clean process area floors.
34
8.
Mop office and control room floors.
35
D. Exterior (Site or Right of Way) Final Cleaning
36
1.
Remove trash and debris containers from site.
37
a. Re -seed areas disturbed by location of trash and debris containers in accordance
38
with Section 32 92 13.
39
2.
Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
40
that may hinder or disrupt the flow of traffic along the roadway.
41
3.
Clean any interior areas including, but not limited to, vaults, manholes, structures,
42
junction boxes and inlets.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July I, 20t 1
1
2
3
4
5
b
7
10
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Meadowbrook Golf Course Pump Station
PAR-101307
1
2
3 PART1- GENERAL
4 11 SUMMARY
SECTION 017719
CLOSEOUT REQUIREMENTS
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Meadowhrook Golf Course Purnp Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised July 1, 2011
017719-2
CLOSEOUT REQUIREMENTS
Page 2 of
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 31 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
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
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2_ Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 701307
Revised July 1, 2011
0177 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1
1. Once the City Project Representative finds the Work subsequent to Final Inspection
2
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
3
E. Supporting Documentation
4
1. Coordinate with the City Project Representative to complete the following
5
additional forms:
6
a. Final Payment Request
7
b. Statement of Contract Time
8
c. Affidavit of Payment and Release of Liens
9
d. Consent of Surety to Final Payment
10
e. Pipe Report (if required)
11
f. Contractor's Evaluation of City
12
g. Performance Evaluation of Contractor
13
F. Letter of Final Acceptance
14
1. Upon review and acceptance of Notice of Project Completion and Supporting
15
Documentation, in accordance with General Conditions, City will issue Letter of
16
Final Acceptance and release the Final Payment Request for payment.
17
3.5
REPAIR / RESTORATION [NOT USED]
18
3.6
RE -INSTALLATION [NOT USED]
19
3.7
FIELD [OR] SITE QUALITY CONTROL [NOT USED]
20
3.8
SYSTEM STARTUP [NOT USED]
21
3.9
ADJUSTING [NOT USED]
22
3.10
CLEANING [NOT USED]
23
3.11
CLOSEOUT ACTIVITIES [NOT USED]
24
3.12
PROTECTION [NOT USED]
25
3.13
MAINTENANCE [NOT USED]
26
3.14
ATTACHMENTS [NOT USED]
27 END OF SECTION
28
29
Revision Log - I
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised duly 1, 2011
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page I of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
I c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1— General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 % inches x 11 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
I d. Drawings
2 1) Provide reinforced punched binder tab, bind in with text
3 2) Reduce larger drawings and fold to size of text pages.
4 e. Provide fly -leaf for each separate product, or each piece of operating
5 equipment.
6 1) Provide typed description of product, and major component parts of
7 equipment.
8 2) Provide indexed tabs.
9 f. Cover
10 1) Identify each volume with typed or printed title "OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2) List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter covered in the manual
16 3. Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b. When multiple binders are used, correlate the data into related consistent
19 groupings.
20 4. If available, provide an electronic form of the O&M Manual.
21 B. Manual Content
22 1. Neatly typewritten table of contents for each volume, arranged in systematic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be included, indexed to content of the volume
25 c. List, with each product:
26 1) The name, address and telephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name and other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information in Project Record Documents to assure
44 correct illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supplement product data for the particular installation:
47 a. Organize in consistent format under separate headings for different procedures.
48 b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
01 73 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
1 5. Copy of each warranty, bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut -down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
CITY OF FORT WORTH Meadowbrook Go f Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
1
i.
Charts of valve tag numbers, with location and function of each valve
2
j.
List of original manufacturer's spare parts, manufacturer's current prices, and
3
recommended quantities to be maintained in storage
4
k.
Other data as required under pertinent Sections of Specifications
5
3. Content, for each electric and electronic system, as appropriate:
6
a.
Description of system and component parts
7
1) Function, normal operating characteristics, and limiting conditions
8
2) Performance curves, engineering data and tests
9
3) Complete nomenclature and commercial number of replaceable parts
10
b.
Circuit directories of panclboards
11
1) Electrical service
12
2) Controls
13
3) Communications
14
c.
As installed color coded wiring diagrams
15
d.
Operating procedures
16
1) Routine and normal operating instructions
17
2) Sequences required
18
3) Special operating instructions
19
e.
Maintenance procedures
20
1) Routine operations
21
2) Guide to "trouble shooting"
22
3) Disassembly, repair and reassembly
23
4) Adjustment and checking
24
f.
Manufacturer's printed operating and maintenance instructions
25
g.
List of original manufacturer's spare parts, manufacturer's current prices, and
26
recommended quantities to be maintained in storage
27
h.
Other data as required under pertinent Sections of Specifications
28
4. Prepare and include additional data when the need for such data becomes apparent
29
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
CITY Or PORT WORTH . Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS INOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
D Q11X91 &3 000 Y (IM
Revision Log
DATE
NAME
SUMMARY OF CHANGE
8/31/2012
D. Johnson
1.5.A.1—title of section removed
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised December 20, 2012
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
1 SECTION 0178 39
2 PROJECT RECORD DOCUMENTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
11 d. Large Water Meter Reports
I2 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25 City's Project Representative.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
CITY OF FORT WORTH Meadowbrook Golf Course Primp Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR - 101307
Revised duly 1, 2011
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 111 FIELD [SITE] CONDITIONS [NOT USED]
16 112 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28
PART 3 - EXECUTION
29
3.1
INSTALLERS [NOT USED]
30
3.2
EXAMINATION [NOT USED]
31
3.3
PREPARATION [NOT USED]
32
3.4
MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
1 2. Preservation
2 a. Considering the Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to final Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123,
11 clearly mark any deviations from Contract Documents associated with
12 installation of the infrastructure.
13 4. Making entries on Drawings
14 a. Record any deviations from Contract Documents.
15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
16 change by graphic line and note as required.
17 c. Date all entries.
18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
19 e. In the event of overlapping changes, use different colors for the overlapping
20 changes.
21 5. Conversion of schematic layouts
22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
23 ducts, and similar items, are shown schematically and are not intended to
24 portray precise physical layout.
25 1) Final physical arrangement is determined by the Contractor, subject to the
26 City's approval.
27 2) However, design of future modifications of the facility may require
28 accurate information as to the final physical layout of items which are
29 shown only schematically on the Drawings.
30 b. Show on the job set of Record Drawings, by dimension accurate to within 1
31 inch, the centerline of each run of items.
32 1) Final physical arrangement is determined by the Contractor, subject to the
33 City's approval.
34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
35 ceiling plenum", "exposed", and the like).
36 3) Make all identification sufficiently descriptive that it may be related
37 reliably to the Specifications.
38 c. The City may waive the requirements for conversion of schematic layouts
39 where, in the City's judgment, conversion serves no useful purpose. However,
40 do not rely upon waivers being issued except as specifically issued in writing
41 by the City.
42 B. Final Project Record Documents
43 1. Transfer of data to Drawings
44 a. Carefully transfer change data shown on the job set of Record Drawings to the
45 corresponding final documents, coordinating the changes as required.
46 b. Clearly indicate at each affected detail and other Drawing a full description of
47 changes made during construction, and the actual location of items.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Meadowbrook Goff Course Pump Station
PAR - 101307
43 21 25
PACKAGED PUMP STATION
Page 1 of 28
1 SECTION 43 2125
2 PACKAGED PUMP STATION
3 PART 1- GENERAL
4 1.01 WORK INCLUDED
5 A. The CONTRACTOR shall furnish and install all tools, equipment, materials, and supplies
6 and shall perform all labor necessary for the installation, testing, and placing into operation of
7 a pre -fabricated water pumping station. The pump station shall be a complete unit with
8 pumps, drives, controls, piping, and appurtenances, all mounted on a steel single base.
9 1.02 RELATED SECTIONS
10 A. Division 15, as applicable MECHANICAL.
11 B. Section 09 90 00 — PAINTS and COATINGS.
12 C. Division 16 - ELECTRICAL
13 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
14 A. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800.
15 B. ANSI/ASME B31.1 - Power Piping.
16 C. ASTM A 48 - Specification for Gray Iron Castings.
17 D. Hydraulic Institute Standards for Centrifugal, Rotary, and Reciprocating Pumps.
18 1.04 CONTRACTOR SUBNIITTALS
19 A. Submittals shall be made in accordance with Section 0133 00.
20 B. Submittals shall include copies of all materials required to establish compliance with these
21 specifications. At a minimum, they shall include the following:
22 1. Shop drawings showing important details of construction and dimensions.
23 2. Descriptive literature, bulletins, and/or catalogs of the equipment.
24 3. A detailed description of the system operation, including pressure and flow ranges, pump
25 sequencing, and controller fittictionality.
26 4. Guaranteed performance curves and data sheets on the pumps showing head, capacity,
27 efficiency, NPSHR, and design and maximum horsepower.
28 S. Total weight of the equipment.
29 6. Complete Bill of Materials for the system.
30 7. Electrical information, including control schematic and panel layout to scale.
31 8. Manufacturer's UL 508A / NITW certificate for Industrial Control Panels.
32 9. Manufacturer's UL 698A / NR 3X certificate for Industrial Control Panels Relating to
33 Hazardous Locations (if applicable).
34 10. Manufacturer's UL QCZJ certificate for Packaged Pumping Systems.
35 11. AWS DIA welding certificates for those employees working on the project.
36 12. A complete list of all field service offices, complete with phone numbers and contact
37 information, having the fields service office closest to the site clearly indicated
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 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
43 21 25
PACKAGED PUMP STATION
Page 2 of 2$
C. Operation and Maintenance Manuals: Provide in accordance with Sections 01 78 23 AND 01
78 39. At a minimum, the manuals shall include:
1. Shop drawings showing important details of construction and dimensions.
2. Descriptive literature, bulletins, and/or catalogs of the equipment.
3. A detailed description of the system operation, including pressure and flow ranges, pump
staging, and controller functionality.
4. Guaranteed performance curves and data sheets on the pumps showing head, capacity,
efficiency, NPSHR, and design and maximum horsepower.
5. Total weight of the equipment.
6. Complete Bill of Materials for the system.
7. Electrical information, including control schematic and panel layout.
8. Manufacturer's Operation and Maintenance Manuals with parts cross -sections.
9. Recommended spare parts.
10. Contact phone numbers for troubleshooting and service.
D. Tools: Special tools necessary for maintenance and repair of the pumps shall be furnished as
a part of the work hereunder; such tools shall be suitably motors and all related components
stored in metal tool boxes and identified with the equipment number by means of stainless
steel or solid plastic name tags attached to the box.
E. Spare Parts: The CONTRACTOR shall obtain and submit from the manufacturer a list of
recommended spare parts for each piece of equipment according to the provisions of SPARE
PARTS of the General Requirements. After approval, CONTRACTOR shall furnish such
spare parts suitably packaged, identified with the equipment number, and labeled.
CONTRACTOR shall also furnish the name, address, and telephone number of the nearest
distributor for each piece of equipment. All spare parts are intended for use by the OWNER,
only, after expiration of the guaranty period. Any spare parts which the ENGINEER permits
the CONTRACTOR to use for startup activities shall be replaced by the CONTRACTOR
prior to the OWNER's acceptance of beneficial use of the equipment.
I . During the term of this Contract the CONTRACTOR shall notify the City and
ENGINEER in writing about any manufacturer's modification of the approved spare
parts, such as part number, interchangeability, model change or others. If the City and
ENGINEER determines that the modified parts are no longer applicable to the supplied
equipment, the CONTRACTOR at its expense shall provide applicable spare parts.
F. Field Procedures: Instructions for field procedures for erection, adjustments, inspection, and
testing shall be provided prior to installation of the pumps.
G. Required Submittals: Submit product data and manufacturer's installation instruction sunder
provisions of Section 01 33 00 Submittals.
Drawing & Data
Complete Assembly
Materials List
Foundation
Installation
Equipment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC]FICATION DOCUMENTS
Revised February 6, 2013
Meadowbrook Golf Course Pump Station
PAR 101307
43 2 t 25
PACKAGED PUMP STATION
Page 3 of 28
1
Drawings
2 Pumps
Name of the Manufacturer
3
Type, Model and Serial Number
4
Design Rotative Speed
5
Number of Stages
6
Weight
7
Complete .Performance Curves
8
Shop Coatings
9
Centralizers or Bumpers for protection of casing coating
10
from column installation
11 Motors
Name of Manufacturer
12
Type and Model
13
Type, Size, and Rating of Bearing & Lubrication
14
Rated Size of Motor in Hp
15
Temperature Rating
16
Full Load Rotative Speed
17
Weight
18
Current at Full, %, and %2 Load
19
Efficiency at Full, 1/4, and '/Z Load
20
Power Factor at Full, %, and '/z Load
21 Full Load Torque
22 Operation and Maintenance Manuals with Connection
23 Diagrams
24 Motor Capabilities Curve
25 1.05 QUALITY ASSURANCE
26 A. Bidding manufacturers shall have the necessary organization, experience, capital, and
27 equipment to carry out the manufacturing and start-up of the equipment. Each bidder shall
28 have produced similar packaged pumping systems for similar applications and capacity a
29 minimum of five (5) times over the past five (5) years. The Owner and/or Engineer reserve
30 the right to reject any bid that cannot satisfactorily demonstrate successful experience and
31 competence with similar packaged pumping systems. Approved pump station skid assembly
32 manufacturers are Motor Controls, Inc, Watertronics, Inc., or approved equals. Contractor
33 shall submit alternate manufacturer(s) to Engineer two weeks prior to bid opening for review
34 and approval. Alternate submittals made after bid opening and award will not be approved.
35 B. Equipment Testing: The CONTRACTOR shall be responsible for the coordination of the
36 following tests of each pump, drive, and motor.
37 C. The pump station shall be a pre -fabricated assembly, with all components on a platform
38 assembly. All materials incorporated in the pump station shall be new and of the best quality,
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 4 of 28
1 meeting the technical requirements for the purpose intended. The equipment specified herein is
2 to set forth a standard of quality and operation. The pump station shall be fully assembled,
3 completely wired, piped hydraulically and electrically tested at the manufacturer's facility prior to
4 shipment to the project site. The pump station manufacturer shall be responsible for fully
5 assembling the package pump station assembly at its facility prior to shipment of the pump
6 station assembly to the Project Site. This assembly shall include all gaskets, valves,
7 appurtenances, spacers, fittings, etc. as necessary to fully assemble the following components:
8
1. Assembly of vertical turbine pumps and motors with vertical turbine pump can piping to
9
ensure proper fit, minimum clearances, spacings, elevations.
10
2. Pump discharge piping, valves, appurtenances, etc. to the pump station discharge manifold
11
pipe.
12
3. Verification that all components will be assembled properly with minimal field adjustments
13
for level tests, alignment tests per SAWS specifications and vibration testing.
14
4. Full and complete assembly of electrical and control components, including conduits,
15
conductors, wiring, junctions, splices, etc. to enable full system testing per technical
16
specifications.
17 All piping, valves, fittings and appurtenances included in the pump station fabrication and
18 assembly shall be provided through the pump station manufacturer for assembly and testing
19 as noted in paragraph 1.05 C above. Photographs of fully assembled piping components
20 shall be provided to Engineer prior to pump testing.
21 D. The pumps, motors, control equipment, and all appurtenant equipment included under pumps,
22 motors and controls shall be furnished by a single pump systems manufacturer. The
23 manufacturer shall be responsible for all other equipment furnished. All components provided
24 under this section shall be shipped, delivered and received as a single lot from the pump station
25 manufacturer's plant. Separate shipments of components from their individual manufacturer's
26 facility shall not be permitted. The manufacturer shall supply three complete sets of operation
27 instructions and service manuals, bound in a 3-ring binder each with an electronic file(s) on a cd
28 (pdf format) for all materials supplied, and for manufacturer's recommended operations, service
29 and maintenance manuals, and parts listing.
30 E. The pumping systems manufacturer shall have a network of service centers which shall have
31 available spare parts and trained pump technicians to handle service, repair and warranty
32 procedures.
33 1.06 SEQUENCE OF OPERATION (PLC):
34 A. General items applying to each alarm circuit shall include a display of condition on the
35 system display, the illumination of a red indicating light, and manual reset of a persistent
36 condition.
37 B. Alarm sequence
38 1.. Low Discharge Pressure alarm circuit shall stop pumping system in the event discharge
39 pressure drops below normal level. Operator interface Device (OID), mounted in
40 enclosure door, shall signal low discharge pressure. Pumping system shall not operate
41 until safety has been manually reset.
42 2. High Discharge Pressure alarm circuit shall shut down pumping system if discharge
43 pressure reaches a predetermined high level. OID shall signal high discharge pressure.
44 Pumping system shall not operate until pressure is reduced and alarm has been reset.
45 3. Low Inlet Pressure alarm shall protect the pumps from operating without adequate inlet
46 pressure, which could cause damage to pumps. A pressure sensor shall be installed on
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 5 of 28
1 the suction manifold to monitor the suction pressure. This feature shall include a short
2 time delay to handle transient conditions which can occur during the stating of a pump.
3 OID shall signal low suction pressure. Pump system shall not start until low suction
4 pressure is corrected and circuit has been reset. Low suction pressure alarm shall pertain
5 to flooded suction and booster applications.
6 4. Main phase failure and low voltage safety circuit shall retire the pumping system if it
7 experiences low voltage, phase failure or phase reversal as monitored at line -side of
8 control enclosure. Phase monitor shall have a time delay to allow for transient low
9 voltage during motor starting and to allow maximum motor protection. OID mounted in
10 enclosure door shall signal phase failure for any affected pump.
11 5. Individual Phase Failure and Low Voltage alarm circuitry, as part of the overload relay
12 circuit, shall retire any pump that experiences low voltage, phase failure or phase
13 unbalance as monitored at the load -side of each pump motor contactor by the overload
14 relay. Each pump motor shall have its individual protective device and time delay to
15 allow for transient low voltage during motor starting to allow maximum motor
16 protection. The individual pumps or pumping system shall not operate until the voltage
17 problem has been corrected and safety has been manually reset. Incoming phase monitor
18 safety circuit as the only phase failure sensing device is not acceptable.
19 6. Individual pump cycle failure alarm shall be activated if a pump is required to start at a
20 greater frequency than that allowed by the motor manufacturer. The individual pumps or
21 pumping system shall not operate until the problem has been corrected and alarm has
22 been manually reset.
23 C. Functional Sequence, Pressure and Flow Sequencing — DIVISION 16 ELECTRICAL
24 1.07 MANUFACTURER'S SERVICE REPRESENTATIVE
25 A. The packaged pumping system manufacturer shall provide factory -direct service personnel
26 for the set, start-up, preventative maintenance and general service of the system.
27 B. Instruction of OVINER's Personnel: The CONTRACTOR shall provide for the services of a
28 factory service representative to instruct the OWNER's personnel in the operation and
29 maintenance of the equipment. This service shall consist of a minimum of two (2) day's visit
30 to the site for each type of similar pumps.
31 1.08 GUARANTEES, WARRANTIES
32 A. After completion, the CONTRACTOR shall furnish to the OWNER the manufacturer's
33 written guarantees that all the pump station related equipment will operate with the published
34 efficiencies, heads, and flow ranges and meet these specifications. The CONTRACTOR
35 shall also furnish the manufacturer's warranties as published in its literature and as specified.
36 B. The Contractor shall warranty the pump station for two (2) years after final acceptance of
37 project by the Owner.
38 PART 2 .. PRODUCTS
39 2.01 GENERAL
40 A. Nameplates: Pumps and motors shall have a standard nameplate securely affixed in a
41 conspicuous place showing the manufacturer's name, address, type or style, model, serial
42 number, and catalog number. In addition, the nameplate for each pump shall show the capacity
43 in gpm at rated speed in rpm and head in feet of water. Nameplate for each electric motor shall
44 show at least the minimum information required by 10.38 NEMA MG 1. Such other information
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 6 of 28
as the manufacturer may consider necessary to complete identification shall be shown on the
nameplate.
B. Structural Support for Pump Stations
4 1. The pump station shall be built on a structural steel base. The base shall provide
5 adequate structural supports for the pumps, motors, piping and all other internal
6 components of the station.
7 2. The structural steel base shall be designed with such rigidity that the base, when lifted,
8 will not deflect more than one inch per 180 inches of length or width.
9 3. The structural steel base shall be furnished with thick treadplate floor plate covering the
10 entire base. The floor plate shall be welded to the structural steel base. Where suction and
11 discharge piping pass through the structural steel base, removable panels that provide access
12 to pipe flanges and bolts shall be provided.
13 C. Pipe Supports: Pipe supports shall be designed and sized as follows:
14 1. Supports for 6" through 12" piping shall be 3" x 3" x '/4" wall rectangular tubing;
15 2. All rectangular tubing shall have capped ends;
16 3. Pipe supports are to be fully welded at the base. Pipe shall be supported by a saddle and
17 shall not be welded to the support;
18 4. Simple pipe stands made of pipe welded only at the flow and upholding a bracket with or
19 without a threaded hack bolt or a U-bolt are not acceptable.
20 2.02 MAIN PUMPS
21 A. The main pump(s) shall be of the vertical turbine type with flow and head defined below.
22 The vertical turbine pumps should be manufactured according to the standards of the
23 Hydraulic Institute and to ANSI specification No. B58.1. The bowl assembly, column pipe,
24 line -shaft, head shaft, and discharge head shall be of U.S. manufacture.
25 B. The discharge head shall be of the fabricated steel type with a minimum 60,000 PSI tensile
26 strength. The discharge shall have a working pressure of not less than 275 PSI and
27 incorporate a 150 ANSI discharge flange. Complete discharge head shall be hydrostatically
28 tested to a minimum of 413 PSI. A product lubricated high-pressure stuffing box containing
29 at least six rings of packing and two lantern rings shall be provided. Packing shall be
30 compressed around shaft by an adjustable two-piece gland. Dual bypass tubing shall be
31 included for proper packing lubrication and cooling. The discharge head stuffing box area
32 shall also include a drain which will be piped back to drain. Discharge head shall incorporate
33 an integral air separation chamber, allowing air to be discharged through an air release line
34 mounted on top of head. All bolting shall be 316 SS with anti -seize compound.
35 C. The pump shall be driven by a constant speed solid shaft electric motor connected via drive
36 shafts and coupling.
37 D. Pump shall be constructed in accordance with the American National Standard for Vertical
38 Turbine Pumps for Nomenclature, Definitions, Application and Operation Hydraulic Institute
39 ANSI/HI 2.1-2.5-1994.
40 E. The pump shall meet the operating conditions stated in the supplements to this section.
41 F. CONTRACTOR shall provide a complete pumping system capable of providing
42 uninterruptible service under the conditions expected at the booster station.
43 G. Design Operating Conditions:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 7 of 28
1
2
1.
Vertical Pump No. 1
3
Capacity, gpm — 550
4
Total head, feet — 250
5
NPSflA, feet — 2
6
2.
Vertical Pump No. 2
7
Capacity, gpm — 550
8
Total head, feet — 25
9
NPSHA, feet — 2
10
3.
Vertical Pump No. 3
11
Capacity, gpm — 30
12
Total head, feet — 250
13
NPSHA, feet -- 2
14
H. Design Requirements
15
1.
General: The pumps shall be designed in accordance with applicable portions of ANSF M
16
1.1 — 1.6, 2.1 — 2.6 and ANSI/H19.1 — 9.6 and the requirements of this Section. The
17
pumps shall operate without cavitation or damaging vibration at the specified range flow
18
and head conditions.
19
2.
Vertical Turbine Pump No, 1, 2
20
a. Bowl efficiency, minimum (percent) — 80
21
b. Maximum shut off head (feet) — 50
22
c. Maximum pump speed (rpm) — 1,800
23
d. Maximum motor size (HP) — 200 max
24
e. Duty — continuous
25
3.
Vertical Turbine Pump No. 3
26
a. Bowl efficiency, minimum (percent) — 75%
27
b. Maximum shut off head (feet) — 300
28
c. Maximum pump speed (rpm) —1,800
29
d. Maximum motor size (HP) — 5 max
30
e. Duty — continuous
31
I. Acceptable Pump Manufacturers
32
1.
Fairbanks Morse
33
2.
Johnston
34
3.
Peerless
35
4.
Goulds
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
432125
PACKAGED PUMP STATION
Page 8 of 28
1 5. Afton
2 2.03 PUMP REQUIREMENTS
3 A. Discharge Head
4
1. Pump discharge head construction shall be designed to support the pumping unit
5
including motor.
6
2. The pump discharge nozzle shall be installed as indicated on the drawings. The discharge
7
head shall have flanged end discharged conforming with ANSI b16.1, Class 150. The
8
discharge head shall be fabricated from steel.
9
3. The discharge head access openings shall normally be covered with removable covers
10
that meet OSHA coupling guard requirements.
11
4. Discharge head and motor shall be coupled via a registered fit connection. Mating
12
surfaces between the motor base and the discharge head shall have the tolerance suitable
13
for solid shaft assembly per pump manufacturer's recommendation. Bore shall be line
14
bored and flange faces machined perpendicular to the axis of the shaft. Quality inspection
15
report shall be submitted to the ENGINEER. Discharge head shall provide space for a
16
two-piece headshaft coupling.
17
5.
Pre -lubrication System: Furnish bearing pre -lubrication system to consist of a solenoid
18
valve to be activated before the pump starts, isolation valves, and piping from the water
19
supply to the discharge head connection. Tapped drain and bearing prelube openings
20
shall be provided in the discharge head.
21
6.
Discharge head shall be fabricated with ANSI Class 150 discharge, access, and base
22
flanges. Discharge orientation shall be as shown on the drawings.
23
7.
The discharge head shall be attached to the steel ring pump head flange. CONTRACTOR
24
to match number, size, and spacing of bolts on steel ring pump head flange.
25
8.
All tapped openings and flanges shall be sealed to accommodate a variation in pressure
26
conditions from 150 psi to -29 in. Hg (full vacuum) within the discharge head and casing.
27
9.
The discharge head shall be configured with openings for maintenance.
28
10.
Pump discharge head shall be equipped with lifting lugs.
29
B. Pump Column
30
1.
Column sections shall be furnished in interchangeable sections and be no greater than 10
31
feet in length with threaded segments.
32
2.
The pipe shall conform to ASTM A53 Grade A Schedule 40 pipe.
33
3.
Total pump column length from ground surface to bottom of suction pipe shall be as
34
shown on drawings.
35
4.
Column shall be assembled in such a way as to minimize or eliminate any damage to the
36
column coating. Any damage to the coating shall be field -repaired in accordance with
37
Section 09 9000, Painting and Coatings. During column assembly, all locations absent of
38
coating shall be field -coated in full compliance with the coating manufacturer's printed
39
instructions.
40
5.
The pump column pipe shall be coated with an NSF approved fusion bonded epoxy.
41
C. Pump Shaft and Line Shaft
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 9 of 28
1
1.
The pump shaft and line shaft shall be of Type 416 stainless -steel high-grade alloy having
2
a chromium content of not less than 12 percent.
3
2.
All shaft joints shall be designed so that they will not loosen during forward rotation of
4
the shaft.
5
3.
Shaft diameter shall be sized to meet that required for the nameplate horsepower rating
6
and prevent distortion and vibration.
7
4.
Column pipe shaft bearings shall be compatible with the operation conditions and fluid
8
properties provided. Line shaft bearings shall be HZ-Lube Vesconite Bearings
9
D. Pump
Bowl Assembly
I0
1.
The pump bowl assembly shall be designed for use with a water lubricated column.
11
2.
The pump bowls shall be coated and lined with a fusion bonded epoxy coating.
12
3.
The bowl castings shall be free from blow holes, sand holes, and all other material
13
defects.
14
4.
Bowl wear rings shall be of nickel aluminum bronze construction and shall be pinned to
15
the bowl so that they remain fixed and do not move or loosen during operation of the
16
pump.
17
5.
The bowls shall be hydrostatically tested at 1.5 times the pressure produced at shut-off
18
head.
19
E. Stuffing Boxes
20
1.
Stuffing boxes shall be of the best quality, using the manufacturer's suggested materials
21
best -suited for the application. The seals shall be fresh -water flushed, using lantern rings.
22
If fresh water is not available, the seal shall be flushed with product water cleaned by a
23
solids separator as manufactured by John Crane Co., Lakos (Claude Laval Corp.), or
24
equal.
25
2.
Shaft maximum allowable runout: The pump and motor shall be designed and
26
manufactured so that the shaft runout at the seal journal is not greater than 0.005 inch or
27
as per seal manufacturer's recommendations.
28
F. Impeller
29
1.
Nickel aluminum bronze impellers shall be provided.
30 2. The impeller shall be enclosed type.
31 3. The impeller shall be statically and dynamically balanced.
32 G. Impeller Wear Ring
33 1. Nickel aluminum bronze impeller wear rings shall be provided.
34 H. Vortex Suppressor
35 1. All new pumps shall have a vortex suppressor/basket strainer installed on the pump's
36 suction. The vortex suppressor/basket strainer shall be constructed to meet the following
37 requirements:
38 2. Performance requirements:
39 a. Approach velocity: 3.0 feet per second, maximum, at rated design flow
40 b. Net open area: 65 percent
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
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
43 21 25
PACKAGED PUMP STATION
Page 10 of 28
3. Design requirements:
a. Configuration: Basket -type with internal straightening vanes.
b. Screen: 0.120-inch woven wire cloth on 5/8" centers or expanded metal.
c. Materials: Wire cloth to be 316 stainless steel material. All other materials to be 304
stainless steel with a minimum thickness of 3/16".
d. Mounting: Bolted to the pump suction bell using 3/8" minimum diameter 18-8 SST
bolts.
I. Mechanical Seal
1. Provide split type cartridge seal with Viton 0-ring gaskets and carbon stationary face.
Approved models are as follows:
a. Flex -a -Seal Style 85
b. Chesterson Style 442
c. John Crane Type 1
J. Discharge Nozzle
1. An ANSI 16.1B 150 lb. flanged discharge nozzle shall be provided as part of the
discharge head.
K. Coupling
1. Pump to motor coupling shall be rigid 3-piecc construction machined from steel with an
adjustable feature for proper impeller setting. Motor coupling shall incorporate a split
ring key to transmit pump thrust to the motor and a square key to adequately handle the
torque. Pump half coupling shall be keyed to the upper pump shaft. A minimum of six
through bolts shall be used to connect the coupling halves. The complete coupling
assembly shall be dynamically balanced, and match marked prior to shipment.
L. Balance
1. The combined rotating assembly shall be balanced to API 620 G 2.5,
2. All rotating parts shall operate smoothly without excessive vibration.
3. The vibration displacement (peak -to -peak) as measured at the top bearing of the motor
shall not exceed that allowed by the Hydraulic Institute.
29 2.04 ELECTRIC MOTORS
30
31
32
33
34
35
36
37
38
39
40
A. Vertical Hollowshaft Motors: Motors for main pumps shall be high thrust vertical hollow
shaft design, WP-1 enclosure, shall have a 1.15 service factor, and class F insulation. Motors
shall be wound for full voltage starting and shall be suitable for use with a soft starter controls
and/or variable frequency drive with shaft grounding rings. Maximum pump run out
horsepower shall not be greater than motor nameplate rating exclusive of service factor.
Motor shall be rated for continuous duty and be designed to carry the maximum thrust load of
the pump. Motor shall have B 10 bearing life of no less than 5 years.
B. Premium Efficiency Motors. The pumping system manufacturer shall provide premium
energy efficient motors to meet the minimum design efficiency ratings.
C. Motor Space Heater. The pumping system manufacturer shall provide on each pump motor a
120-volt, single phase space heater of ample size to prevent condensation from occurring
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 2125
PACKAGED PUMP STATION
Page 1 I of 28
I within the motor during non -operating periods. The space heater shall be de -energized when
2 the motor is running.
3 D. Motor Thermostats. Each motor shall be equipped with a thermostat to detect high motor
4 temperature. Contact shall be normally closed, opening on rising temperature. Circuit shall
5 be properly indicated and shall require a manual reset.
6 E. Acceptable Manufacturers
7 1. Toshiba
8 2. TECO — Westinghouse
9 3. Siemens
10 4, Baldor
11 5. Nidec (US Motors)
12 6. General Electric
13 F. Maximum ambient temperature not greater than 40 degrees C.
14 G. Maximum motor speed shall be 1,800 rpm.
15 H. Motor shaft shall be solid type.
16 I. Service Factor shall be 1.15 minimum.
17
J.
Suitable for full voltage direct -on-line starting and use with specified motor starter equipment
18
specified in Division 16.
19
K.
The motor shall be treated NEMA Premium in accordance with NEMA MB 1 9.21.4.1.
20
L.
The motor manufacturer's nameplates shall be engraved or embossed on stainless steel and
21
fastened to the motor frame with stainless steel screws or drive pins.
22
M.
The motor nameplate horsepower shall be equal to or greater than the maximum Ioad which
23
will be imposed on it by the pump when operating at any point in the operating head range.
24
N.
Motors shall have an oversized, gasketed, cast iron conduit (terminal) box, field adjustable in
25
90-degree increments unless the box contains equipment, diagonally split with tapped NPT
26
threated conduit entrance hole, and shall exceed the minimum volumes defined in IEEE 841-
27
2001.
28
O.
Class H insulation system.
29
P.
Totally Enclosed Fan Cooled (TEFC) enclosure.
30
Q.
Locked Rotor Code shall be "G".
31
R.
Rotor cage shall be constructed of copper or copper alloy bars.
32
S.
Motor leads shall be made of ASTM B 173, class G stranded copper.
33
T.
Bearings shall have a minimum 100,000 hours L-10 bearing life as defined in AFBMA 9 and
34
11.Oil reservoir with oil level sight glass shall be provided. Sight glass shall be marked with
35
the proper static and operating oil levels.
36
U.
The noise level as measured by IEEE Standard 85, the maximum noise level shall be 85 Dba
37
AT 1 METER.
38
V.
Motors shall be furnished with a space heater.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 12 of 28
1 W. All motors shall be provided with 120-ohm nickel stator RTD's for winding and. bearing
2 temperature protection.
3 X. Motor efficiency shall not be less than 95% and power factor not less than 85% when
4 operating at maximum speed, service factor load and rated voltage and frequency.
5 Y. Lightning arrester (4.5 Kv) is required to limit the magnitude of the transient voltage spike.
6 Z. Surge capacitor (0.5 microfarad) is required to limit the rate of rise of voltage.
7 AA. Motors shall have a maximum temperature rise, by resistance, of 80°C (Class B) for
8 continuous operation at rated load.
9 BB.Motors shall be provided with an anti -reverse ratchet to prevent reversing due to phase
10 reversal of backspin at shutdown.
11 CC.Rotors shall be dynamically balanced. Vibration displacement shall not exceed .001 inches
12 peak -to -peak.
13 DD. A fabricated steel coupling guard shall be provided.
14 EE. Certified test reports for motor factory performance tests shall be provided.
15 2.05 SHOP TESTS
16 A. All tests and test reports shall be made in conformity with the requirements and
17 recommendations of the Hydraulic Institute Standards. Acceptance testing shall be Table
18 14.6.3.4 Grade 1B.
19 B. Hydrostatic test of pressure -containing components. The minimum hydrostatic test pressure
20 shall be 1.5 times shutoff head plus max suction pressure.
21 C. Noise test.
22 D. Vibration test.
23 E. Motor test per IEEE 112.
24 F. Each pump shall be tested at the factory for capacity, power requirements, and efficiency at
25 specified rated head, evaluated head, shutoff head, operating head extremes, and at as many
26 other points as necessary for accurate performance curve plotting.
27 2.06 PIPING
28 A. All piping shall be designed based on the maximum working pressure of the system. Piping shall
29 be the standard schedule S steel sized per drawings. Steel pipe flanges shall conform to
30 ANSFAWWA C207-07 Class D; or ANSUAWWA C207-07 Class E and/or ANSUASME B 16.5
31 based on system pressure. The pipe shall be given a hydrostatic test to 125% of the maximum
32 pump shut-off pressure. If the pumps are not fitted with suction and discharge gage taps, the
33 provision for such shall be made in the piping system. Steel piping shall be internally coated
34 with an NSF 61 approved epoxy paint as manufactured by Devoe Series Bar -Rust 233H; color
35 shall be white. Piping requiring victaulic grooving shall be Schedule 80 for 4" pipe and smaller.
36 B. The piping system shall be sized so that pump inlet and outlet velocities are less than 8 feet per
37 second.
38 C. All piping and fittings less than 1 inch, including control pilot connections, gauge connections
39 and other device piping shall be of non-ferrous material such as stainless steel, copper, brass,
40 bronze or plastic. Plastic fittings and/or piping or tubing shall not be used in locations where the
41 piping is used as support.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 13 of28
1 2.07 PAINTING
2 A. All pre -fabricated items including, but not limited to, platform for pump mounting, panel
3 mounting frame, and all piping shall be sandblasted per SSPC-SP10 to a near white metal
4 condition. The cleaned steel surfaces shall immediately thereafter be primed with an industrial
5 grade epoxy primer to a thickness of 2 1/2 to 3 mils. Paint shall be light blue color and conform
6 to Section 09 90 00. All nuts, bolts and miscellaneous assembly hardware used for component-
7 to -component assembly shall be stainless steel to prevent corrosion.
8 2.08 VALVES AND APPURTENANCES
9 A. Pump check valves shall be provided for each pump. They shall be of the silent type, wafer style
10 and shall be cast from grade 35 cast iron. They shall have machined bronze disc, seat and stem,
11 aligned and spring assisted to allow proper seating and full closure before flow reversal occurs.
12 The valve design shall incorporate a center guided, spring loaded poppet, guided at opposite
13 ends and having a short linear stroke that generates a flow area equal to the pipe diameter.
14 Internals shall be machined bronze disc, seat, and stem guide. Disc shall incorporate a Buna-
15 N insert to provide resilient sealing. Dual disc style or swing check valves shall not be
16 accepted. Valves shall be sized to permit full pump capacity to discharge through them
17 without exceeding a pressure drop of 2.5 PSI. Check valves through 8" shall be model 1406R
18 rated at 400 psi working pressure as manufactured by Valmatic. Check valves 10" and above
19 shall be model 1806 rated at 400 psi working pressure as manufactured by Valmatic. Valve size
20 and rating shall be as called for in the detail drawings.
21 B. AWWA Pump Isolation Valves: Gate Valves shall be designed and manufactured in accordance
22 with the America Water Works Association AWWA C509 and AWWA C515. Gate Valves shall
23 be tested in accordance with Testing Section 5.1 of American Water Works Association AWWA
24 C509 and AWWA C515.
25 1. Connections. Resilient Seated Gate Valves shall be provided with flanged ends in
26 accordance with ANSI B 16.1, class 125 flanges or ANSI B 16.42.4-inch through 12-inch
27 valves shall be provided with ANSI B 16.1 Class 250 flanges.
28 2. Design: Valves shall be non -rising stem. Valves shall be supplied with thick-walled ductile
29 iron bodies, bonnets, and glands providing twice the tensile strength over grey/ductile iron.
30 Valve stems shall rotate frcely in the valve bonnet recess. Design of the stuffing box shall
31 permit repacking under line pressure. All valve fasteners shall be rust proof. Valve castings
32 shall be marked with the requirements of AWWA C509 and AWWA C515. The direction
33 of rotation for operating the 2" operating nut or hand wheel to open the valve will be left
34 (counterclockwise); unless otherwise specified. Each 2" operating nut and hand wheel shall
35 have cast thereon in word "OPEN" and an arrow indicating the direction to open. Below
36 ground valves shall be equipped with spur gear for vertical opening.
37 3. Materials: Valves shall be supplied with ductile iron discs, 2" operating nuts on above
38 ground valves, spur gears for below ground valves and hand wheels for above ground
39 valves. Valves shall be supplied with EPDM encapsulated rubber wedge and EPDM gaskets
40 and 0-rings. Stuffing box glands shall be bronze with ductile iron gland followers. Gate
41 valve stem shall be Stainless Steel per latest AWWA standards. Body and bonnet fasteners
42 shall be made stainless steel.
43 4. Coatings Internal and external coatings shall be Fusion Bonded Epoxy Coating NSF-61
44 Approved in accordance with AWWA C550.
45 5. Manual Gearing All Gate Valves 18-inch and larger shall be supplied with spur gearing for
46 this application.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 14 of 28
1 6. Manufacturer: All valves shall be hydrostatically, and seat tested per AWWA C509 and
2 C515 to structural integrity. When requested, the manufacturer shall provide test certificates,
3 dimensional drawings, parts list drawings, and operation and maintenance manuals.
4 C. Pump Discharge FIexible Pipe Connectors. Each pump discharge connection shall include a
5 flanged flexible connector, single sphere type, rated at 225 psi maximum working pressure.
6 Connectors shall be installed between the pump and its isolation valves. Connectors shall be
7 model 240AA/EE as manufactured by Proco industries.
8 D. Dismantling Joint. Dismantling Joints shall be provided on the suction branch of each pump to
9 provide adjustability to Equipment. Longitudinal adjustment shall be accomplished by the
10 telescoping action of the Spigot inside the Flanged Coupling Adapter, The Dismantling Joint
11 shall have a body made of carbon steel per ASTM A53, ASTM A512, ASTM A283 GRC, or
12 ASTM A36 having a minimum yield of 30,000 PSI. The flanges shall be carbon steel per
13 AWWA C207 Class D. The dismantling joint shall have a spigot made of carbon steel per
14 ASTM A53, ASTM A512, or carbon steel having a minimum yield strength of 30,000 PSI. The
15 follower flange shall be ductile iron per ASTM A536, steel section per ASTM A576GR1020HR,
16 or carbon steel having a minimum yield of 30,000 PSI. The finish shall be fusion -bonded epoxy
17 to an average of 12-mil thickness. Studs shall meet ASTM A325 or A307. Tie Rods shall meet
18 ASTM A 193 GR B7. The gaskets shall be Nitrile (Buna N) NSF 61 listed, compounded to resist
19 water, oil acids, alkalies, most (aliphatic) hydrocarbon fluids and many other chemicals. The
20 dismantling joint shall be a Smith -Blair, Inc., 970 series or approved equal.
21 E. Air release/ Vacuum valve: Air/Vacuum valves shall be fully automatic float operated valves
22 designed to exhaust large quantities of air during the filling of a piping system and close upon
23 liquid entry. The valve shall re -open during draining or if a negative pressure occurs.
24 1. Standards, Approvals and Verification: Valves shall be manufactured and tested in
25 accordance with American Water Works Association (AWWA) Standard C512. Valves
26 used in potable water service shall be certified to NSF/ANSI 61 Drinking Water System
27 Components -- Health Effects. Manufacturer shall have a quality management system that
28 is certified to ISO 9001 by an accredited, certifying body.
29 2. Connections: Valve sizes 3 in. (76 mm) and smaller shall have full size NPT inlets and
30 outlets equal to the nominal valve size. The body inlet connection shall be hexagonal for
31 a wrench connection. Valve sizes 4 in. (100 mm) and larger shall have bolted flange
32 inlets with threaded or plain outlets and protective hoods to prevent debris from entering
33 the valve. Flanges shall be in accordance with ANSI B 16.1 for Class 125 or Class 250
34 iron flanges and ANSI B 16.5 for Class 150 or Class 300 steel flanges. The valve shall
35 have two additional NPT connections for the addition of Air Release Valves, gauges,
36 testing, and draining.
37 3. Design: The valve body shall provide a through flow area equal to the nominal valve
38 size. A bolted cover with alloy screws and flat gasket shall be provided to allow for
39 maintenance and repair. Floats shall be unconditionally guaranteed against failure
40 including pressure surges. The float shall have a hexagonal guide shaft supported in the
41 body by circular bushings to prevent binding from debris. The float shall be protected
42 against direct water impact by an internal baffle. The resilient seat shall provide drop
43 tight shut off to the full valve pressure rating. The seat shall be a minimum of .5 in. (12
44 mm) thick on 2 in. (50 mm) and larger valves and secured in such a manner as to prevent
45 distortion. Valves with working pressures above 400 prig (2760 kPa) shall have metal
46 seats with synthetic seals. On valve sizes 4 in. (100 mm) and larger, the cover shall be
47 fitted to the valve body by means of a machined register to maintain concentricity
48 between the top and bottom guide bushings at all times. The float shall be double guided
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 15 of 28
1
with a guide shaft extending through the float to prevent any contact with the body. A
2
resilient bumper shall be provided to cushion the float during sudden opening conditions.
3
4. Materials: The valve body, cover, and baffle shall be constructed of ASTM A126 Class
4
B cast iron for Class 125 and Class 250 valves. Class 300 ductile iron valves shall be
5
constructed of ASTM A536 Grade 65-45-12 ductile iron. Class 300 steel valves shall be
6
constructed of ASTM A216 Grade WCB cast steel. The float, guide shafts, and bushings
7
shall be constructed of Type 316 stainless steel: Non-metallic guides and bushings are not
8
acceptable. Resilient seats shall be Buna N. Class 300 steel valves shall have a 316
9
stainless steel Seat with Buna-N seal to provide an initial contact to Buna-N with final
10
metal to metal contact to prevent over compression of the resilient seal.
11 5. Manufacture. The manufacturer shall demonstrate a minimum of five (5) years'
12 experience in the manufacture of air valves. When requested, the manufacturer shall
13 provide test certificates, dimensional drawings, parts list drawings, and operation and
14 maintenance manuals. The exterior of the valve shall be coated with a universal alkyd
15 primer. AirNacuum Valves shall be Series 100 as manufactured by Val-Matic Valve and
16 Manufacturing Corporation, Elmhurst, I1, USA or approved equal.
17 F. Air Release Valves: Pump Station Discharge Manifold piping shall be equipped with a I" air
18 release valve and isolating ball valve. Air release valve discharge line shall be piped with
19 1/2" copper tubing. Valve shall include a stainless -steel float and compound lever. Valve
20 shall be rated at 150 psi working pressure, shall incorporate a 23/64" diameter orifice, and
21 shall be capable of expelling air at a rate greater than 125 SCFM at 100 psi line pressure.
22 Valves shall be mounted at the pump discharge heads.
23 G. Provide EBAA Flex -tend Expansion Joint on suction and discharge piping of the station.
24 H. Pressure Relief Valve.
25 1. Pressure Relief valve shall be single -seated, diaphragm operated, pilot -controlled, globe or
26 angle valve. It shall be spring loaded & hydraulically operated. Valve spring shall be of
27 stainless steel. Seat ring shall be of stainless steel & readily replaceable with no special
28 tools.
29 2. Diaphragm assembly shall be fully guided, top and bottom. Diaphragm shall be of nylon
30 reinforced Buna-N synthetic rubber and shall be fully supported by the valve casting in both
31 the full -open and full -closed positions to eliminate strain on the diaphragm. All necessary
32 repairs shall be possible without removing valve from the line. Packing glands are not
33 permitted. Disc shall be synthetic rubber (Buna-N) and have a rectangular cross section.
34 Valve disc and seat shall have an anti -cavitation design of intermeshing orifices to prevent
35 cavitation from discharge pressure to atmosphere.
36 3. The main valve shall be equipped with the following accessories to ensure proper operation.
37 a. All control valve pilots shall have stainless steel seats, Buna-N sealing surface and a
38 Buna N diaphragm. Pilot valve bodies shall be from bronze.
39 b. Pressure -sustaining pilot shall be sensitive to valve inlet pressure. Pilot shall be
40 normally closed and spring -loaded with spring tension adjustment. Pilot shall open
41 automatically against the spring -loading set when pilot inlet pressure exceeds the set
42 value. This pilot shall function to maintain a minimum valve inlet pressure which shall
43 prevent the pumps from operating under an unstable or overloaded condition.
44 c. Pressure relief valve pilot shall be sensitive to discharge pressure. Pilot shall be reverse-
45 acting, spring -loaded diaphragm type that operates hydraulically or pneumatically. This
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
432125
PACKAGED PUMP STATION
Page 16 of 28
1 pilot shall function to monitor downstream pressure, opening on a significant drop in
2 discharge pressure.
3 d. Isolation cocks shall be provided on control tubing at the valve inlet, outlet and bonnet
4 ports on valves 4" and larger. These valves shall be situated such that the control valve
5 may be manually closed & the valve trim isolated and serviced.
6 c. Strainers shall be provided to remove any solids that may be of sufficient size to damage
7 or plug the pilots and other control components. The inner mesh shall be of MONEL
8 and shall be designed to support the outer screen. The outer screen shall be of 0.008"
9 MONEL wire, having a 40 x 40 mesh.
10 4. An isolation valve shall be provided at the inlet of the pressure relief valve, conforming to
11 the requirements of the discharge butterfly pump isolation valve specification.
12 5. Valve shall be model 50-01 B as manufactured by Cla-Val Company of Newport Beach, CA,
13 or equal.
14 2.09 ELECTRICAL
15 A. Electrical Design
16 1. Electrical service provided to the pump station will be 480-volt, 3-phase, 60 hertz. A
17 main disconnect shall be provided to completely isolate all controls and motor starting
18 equipment from incoming power. Main disconnect shall have a through the door
19 operator and shall be sized as shown in the pump schedule. Main disconnect shall be
20 interlocked with door.
21 2. The electrical apparatus and control panel design, assembly, and installation, and the
22 integration of component parts will be the responsibility of the manufacturer of record for
23 this booster pumping equipment. That manufacturer shall maintain at his regular place of
24 business a complete electrical design, assembly and test facility to assure continuity of
25 electrical design with equipment application. Manufacturer, without exception, shall
26 maintain, at his facility, under the same roof as the fabrication, painting, and assembly of
27 the mechanical components, a fully equipped panel shop. Manufacturer, without
28 exception, shall be authorized by Underwriters' Laboratories to label its manufactured
29 control panels as UL Listed under category NITW/NITW7. Manufacturer, without
30 exception, shall conform to the latest edition of NFPA 79 in the manufacturing of its
31 control panels.
32
3. The manufacture of electrical control panels and their mounting and installation shall be
33
done in strict accordance with the requirements of UL Standard 508A and the National
34
Electrical Code (NEC), latest revision, to afford a pleasure of security as to the ability of
35
the eventual owner to safely operate the equipment.
36
4. All service entrance, power distribution, control and starting equipment panels shall be
37
constructed and installed in strict accordance with Underwriter's Laboratories (UL)
38
Standard 508 "Industrial Control Equipment." The UL label shall also include an SE
39
"Service Entrance" rating stating that the main distribution panel is suitable for use as
40
service entrance equipment. The panels shall be shop inspected by UL or constructed in
41
a UL recognized facility.
42
5. Control panels shall bear a serialized UL label indicating acceptance under Standard
43
508A and under Enclosed Industrial Control Panel. In addition, a photocopy of the UL
44
labels for this specific project shall be transmitted to both the project engineer and the
45
contractor for their permanent project files prior to shipment of the equipment covered
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 17 of 28
1 under these specifications.
2 6. All control panels shall be E.T.L. Listed under Category 4 - Industrial Control
3 Equipment. Each completed panel shall bear an E.T.L. listing label. The listing label
4 shall include the station manufacturer's name, address and telephone number. The station
5 manufacturer shall have quarterly inspections performed at the manufacturer's facilities to
6 ensure that the products being listed comply with the report and procedural guide for that
7 product.
8
7. Each electrical equipment item in the station shall be properly grounded per Section 250
9
of the National Electrical Code. Items to be grounded include, but are not limited to,
10
pump motor frames, control panel, transformer, convenience receptacles, dedicated
I
receptacle for heater, air conditioner, dehumidifier, lights, light switch, exhaust fans and
12
pressure switches.
13
8. All ground wires from installed equipment shall be in conduit and shall lead back to the
14
control panel to a plated aluminum ground buss specific for grounding purposes and so
15
labeled. The ground buss shall be complete with a lug Iarge enough to accept the
16
installing electrician's bare copper earth ground wire. The bus shall serve as a bond
17
between the earth ground and the equipment ground wires.
18
9. Electrical equipment shall be protected by a U.L. approved Category C and Category B
19
surge arrestor to suppress voltage surges on incoming power. Surge arrestor shall be
20
connected to the line side of the main disconnect and to ground. The device shall be
21
rated according to IEEE C62.41 Category C to withstand an impulse of IOKv/IOKa and
22
shall be rated according to IEEE C62.41 Category B to withstand a ring wave of
23
6Kv/500a and an impulse of 6Kv/3Ka. Pass through voltage to the end equipment for a
24
480v device shall not exceed 1800V when subjected to an 8ms * 20ms wave shape
25
resulting in the following performance statistics: 3720 joules minimum with a power
26
dissipation of 82,500,OOOVA at 1800V maximum pass voltage to the protected
27
equipment. Response time shall be less than 5 nanoseconds.
28 B. Control Enclosure, with Air Conditioner. Controls shall be housed in a NEMA 4 enclosure
29 with integral latches. The control enclosure shall be constructed of 12-gauge steel and the
30 backplate assembly shall be constructed of 12-gauge steel. All indicating lights, reset
31 buttons, selector switches and the operator interface device (OID) shall be mounted on
32 enclosure door and shall be rated NEMA 4. All internal components shall be mounted and
33 secured to the removable back plate assembly. All equipment and wiring shall be mounted
34 within the enclosure and labeled for proper identification. All adjustments and maintenance
35 shall be able to be done from the front of the control enclosure. A complete wiring circuit
36 and legend with all terminals, components, and wiring identification shall be provided.
37 Enclosure and internally mounted equipment shall be cooled using a cabinet mounted air
38 conditioner. Air conditioner shall be rated NEMA 4 and shall not allow any air exchange
39 from enclosure external air to internal air. Air conditioner shall be sized to assure adequate
40 removal of all heat with all electrical equipment operating at maximum demand.
41 C. Non -Fusible Main Disconnect. A non -fusible main disconnect shall be provided within the
42 controls enclosure to completely isolate all controls and motor starting equipment from
43 incoming power. Main disconnect shall include a through door operator and shall be sized
44 for the full load amps of the pumping system, plus 15%. Disconnect shall be as
45 manufactured by ABB or Allen Bradley. Main disconnect shall be interlocked with door.
46 D. Control Power. Power for the controls shall be provided by a control power transformer
47 which shall provide 120-volt, single phase power for the pumping system control operation.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 18 of 28
1 Control power transformer shall not be used for any load other than controls. The control
2 power transformer shall be protected on the primary side by control limiting fuses of
3 adequate size and voltage rating. All control components shall be protected by time delay
4 circuit breakers of adequate size. The control power transformer shall be as manufactured by
5 Acme,
6 E. Conduit
7
1. All wiring within the equipment enclosure and outside of the control panel or panels shall
8
be run in conduit or metallic wire -ways, except for the watertight flexible conduit and
9
fittings properly used to connect pump drivers, fan motors, solenoid valves, limit
10
switches, etc., where flexible connections are best utilized.
11
2. Service entrance conduits shall be intermediate metal conduit (IMC) and shall be sized to
12
accept the inbound service conductors in accordance with the National Electric Code.
13
Conduit shall be provided from the utility power source to the pump station, through an
14
opening in the skid and shall terminate at the pump station control center. Service
15
conduit and wiring shall be provided by the installing contractor.
16 3. Conduit and metallic wire -ways shall be sized for the type, number and size of equipment
17 conductors to be carried, in compliance with Article 358, Article 376 or Article 344 of
18 the National Electrical Code as applicable and NEMA TC-2, Federal WC-1094A and
19 UL-651 — Underwriter's Laboratory Specifications, except that maximum fill shall be
20 30% of conduit capacity.
21 4. Where flexible conduit is necessary, the conduit shall be liquid -tight, flexible, metal,
22 corrosion resistant, non-conductive, UL listed flexible conduit. Flexible conduit shall be
23 sized for the type, number and size of equipment conductors to be carried, in compliance
24 with Article 350 of the National Electrical Code.
25 F. Wiring
26 1. Motor circuit wiring shall be sized for load. All branch circuit conductors which supply a
27 single motor shall have an ampacity of not less than 125 percent of the motor full load
28 current based upon NEC table 430.250. Wiring shall be dual rated type THHN/THWN,
29 as set forth in Article 310 and 430 Part 11 of the National Electrical Code.
30 2. Control and accessory wiring shall be sized for load, type MTW/AWM (Machine Tool
31 Wire/Appliance Wiring Material) as set forth in Article 310 and 670 of the National
32 Electrical Code, except where accessories are furnished with a manufacturer supplied UL
33 approved rubber cord and plug.
34 G. All alarms shall be indicated by a single red general alarm light. Specific alarm conditions
35 along with procedures for correction shall be displayed in English on the operator interface
36 device (OID).
37 1. Low Discharge Pressure alarm circuit shall shut down pumping system in the event
38 discharge pressure drops below normal level. Pump station shut -down shall follow
39 Owner defined procedure to protect pumps and motors, and to minimize or eliminate
40 pressure surges from pump shut down. Operator interface device (OID), mounted in
41 enclosure door, shall signal low discharge pressure. Pumping system shall not operate
42 until safety has been manually reset. Pressure monitoring signals shall be 4-20 mA
43 analog signals and through dry contacts only.
44 2, High Discharge Pressure alarm circuit shall shut down pumping system if discharge
45 pressure reaches a predetermined high level. Pump station shut -down shall follow Owner
CITY OF PORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 19 of28
1 defined procedure to protect pumps and motors, and to minimize or eliminate pressure
2 surges from pump shut down Operator interface device (OID), mounted in enclosure
3 door, shall signal high discharge pressure. Pumping system shall not operate until
4 pressure is reduced and alarm has been reset. Pressure monitoring signals shall be 4-20
5 mA analog signals and through dry contacts only.
6 3. Low Inlet Pressure alarm shall protect the pumps from operating without adequate inlet
7 pressure, which could cause damage to pumps. A pressure sensor shall be installed on
8 the suction manifold to monitor the suction pressure. This feature shall include a short
9 time delay to handle transient conditions which can occur during the stating of a pump.
10 Operator interface device (OID), mounted in enclosure door, shall signal low suction
11 pressure. Pump system shall not start until Iow suction pressure is corrected and circuit
12 has been reset. Low suction pressure alarm shall pertain to flooded suction and booster
13 applications.
14
4. Main phase failure and low voltage safety circuit shall retire the pumping system if it
15
experiences low voltage, phase failure or phase reversal as monitored at line -side of
16
control enclosure. Phase monitor shall have a time delay to allow for transient low
17
voltage during motor starting and to allow maximum motor protection. Operator
18
interface device (011)), mounted in enclosure door, shall signal phase failure for any
19
affected pump.
20 5. Individual Phase Failure and Low Voltage alarm circuitry, as part of the overload relay
21 circuit, shall retire any pump that experiences high current draw, low voltage, phase
22 failure or phase unbalance as monitored at the load -side of each pump motor contactor by
23 the overload relay. Each pump motor shall have its individual protective device and time
24 delay to allow for transient low voltage during motor starting to allow maximum motor
25 protection. The individual pumps or pumping system shall not operate until the voltage
26 problem has been corrected and safety has been manually reset. Incoming phase monitor
27 safety circuit as the only phase failure sensing device is not acceptable.
28 6. Individual pump cycle failure alarm shall be activated if a pump is required to start at a
29 greater frequency than that allowed by the motor manufacturer. The individual pumps or
30 pumping system shall not operate until the problem has been corrected and alarm has
31 been manually reset.
32 7. Individual pump failure alarm shall retire any pump that fails to produce pressure for any
33 reason. Sensor shall be independent of incoming pressure and shall be inhibited for five
34 seconds after pump is required to start. Thereafter it shall be active until the pump is
35 retired. Failure shall be displayed on the OID, and the red alarm light shall be
36 illuminated. Controls shall automatically shift the sequence to the remaining pump(s).
37 H. Panel face switches and lights:
38 1. Individual pump run lights - Green
39 2. General alarm light - Red
40 3. Individual pump Hand -Off -Auto switches
41 4. PLC Test -Off -Auto switch
42 1. PLC shall date and time stamp functions using its on -board real-time clock calendar.
43 J. Light test sequence. Pressing the reset button for 5 seconds shall illuminate all indicating
44 lights.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
4321 25
PACKAGED PUMP STATION
Page 20 of 28
1 K. All pumping system shutdowns shall be of the controlled type which sequentially phases
2 pumps off at user selectable intervals to reduce water hammer within the distribution system.
3 Activation of any automatically reset alarm, three times within thirty minutes, shall cause a
4 hard lockout of the pumping system requiring manual reset.
5 L. The pumping system shall include a NEMA 4, LCD display which shall be mounted on the
6 control panel door. This device shall allow the operator to view and modify each register in
7 the PLC. The unit shall store its messages in non-volatile memory. The operator interface
8 device shall incorporate password protection for protecting data integrity. The device shall
9 allow for display and modification of all timer values, set points, lockout times, etc. The
10 device shall communicate with the PLC through an IP Ethernet protocol. In addition to
11 normal data entry keys, the device shall include a minimum of the following function keys
12 labeled:
13 1. Events; Causes the last 254 sequential pumping system events with date and time of
14 occurrence to be displayed. Events shall include but shall not be limited to: alarms,
15 starting of individual pumps, stopping of individual pumps.
16 2. Pumplog 41: Operator shall be able to scroll through the historical pumping system
17 flows and pressures for up to the last 7 days. Sampling time periods shall be changeable
18 by the operator (from 10 seconds to 60 minutes). Averages shall be taken over the
19 sample period and the average shall be recorded with date and time stamp.
20 3. Pumplog #2: Station flow and pressure shall be shown every second for the previous 60
21 seconds and every minute for the previous 90 minutes. If a shutdown occurs, the flow
22 and pressure tables shall be locked in so that the operator may view pumping system
23 performance immediately before the shutdown occurred.
24 4. Status: OID shall display the current operating status. When the station is running, the
25 display shall show the setpoint pressure, actual pressure upstream and downstream of the
26 control valve, and flow. The last nine alarms recorded in memory shall be displayed with
27 related detailed information on the alarm, time of occurrence, date, pumps operating at
28 time of alarm. Information as to how to correct the alarm condition shall be displayed
29 5. Daily Log/Total: Shall display the following: last time of log reset, individual pump run
30 times, run times since last reset, number of pump starts, pump starts since last reset, total
31 flow, and total flow since last reset.
32 6. Scroll Key: Shall be used to scroll up and down through data.
33 M. The OID shall be an information system only and not required for pumping system operation.
34 No switches, reset buttons, general alarm light, or run lights shall be included within this unit.
35 The pumping system shall be fully functional in the event of OID failure. Display device
36 shall be as manufactured by Schneider Electric.
37 2.10 INSTRUMENTATION
38 A. Pressure Gauges
39 1. System suction and discharge pressure gauges shall be panel mounted. Provide a
40 pressure gauge on each pump discharge and the discharge header and located as shown
41 on the drawings.
42 2. Pressure gauges shall be glycerin or silicone filled with a built-in pressure snubber to
43 reduce wear from vibration.
CPTY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS PAR 10I307
Revised February 6, 20I3
43 21 25
PACKAGED PUMP STATION
Page 21 of 28
1 3. Pressure gauges shall have a minimum 4.5" diameter face, complying with ASME
2 B40.100, Grade A.
3 4. Pressure gauges shall be turret style. Case material shall be stainless steel with clear
4 acrylic faces. Each gauge installation shall include an isolation ball valve.
5 5. The gauge shall be bottom connected and accept a 1/4" NPT female thread. Combination
6 pressure gauge range and scale graduations shall be in PSI and feet of water. Pressure
7 gauges shall be rated at a minimum of 30% higher pressure than the highest attainable
8 pressure from operations of the pumps at shutoff head conditions. Gauges shall include
9 bronze internals.
10 6. All gauges will be panel mounted off the pipeline and be connected to their respective
1 I sensing point via stainless steel tubing. The gauge trim tubing shall be complete with
12 both isolating and vent valves, and the tubing shall be so arranged as to easily vent air
13 and facilitate gauge removal. Gauges mounted directly to the pipeline or at the sensing
14 point will not be accepted.
15 B. Pressure Transmitters
16 1. The manufacturer shall provide two -wire, 4 to 20 mA do analog output pressure
17 transmitter.
18 2. Pressure transducer shall be mounted on the discharge header and shall provide all
19 pressure signals for the control logic.
20 3. The pressure transmitter shall be provided with direct connect pressure seals.
21 4. Accuracy: ±0.25% of calibrated span.
22 5. Span Limits: From 1 to 1000 psi
23 6. Damping: Settable for a range of none to 8 seconds.
24 7. RFI Protection: The maximum error shall be no more than an additional ±0.1% of
25 calibrated span for 30 Win field intensity between 27 and 1000 MHz.
26 8. Resolution of the transducer shall be greater than the resolution of the analog to digital
27 conversion for PLC operation. Transducer shall be rated for pressures greater than
28 station discharge pressure, and shall provide gauge pressure output, rather than absolute
29 pressure.
30 9. The electronics housing shall be NEMA 4X rated and constructed of 316 stainless steel or
31 aluminum with an epoxy finish. It shall consist of two compartments for field wiring and
32 electronics. The housing shall be sealed with 0-rings for double protection against
33 moisture or other contaminants.
34 10. Electronics shall be easily field replaceable.
35 11. The pressure transmitter shall have an LCD Indicator with on -board pushbuttons for
36 calibration and configuration.
37 12. The pressure transmitter shall be connected direct to process piping or pressure seal with
38 1/2 NPT external threads to process piping.
39 13, Sensor material shall be 316 S.S.
40 14. Unit shall be outdoor rated and include stainless steel flanges and include SS tag
41 for FM explosion proof rating. The unit shall be provided with an overpressure
42 Iimit of 1500 psi. Input range shall be 150 psi.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6,2013
43 21 25
PACKAGED PUMP STATION
Page 22 of29
1 15. Power supply shall be 24 VDC. Unit shall be Rosemount model 2088 or approved
2 equal.
3 2.11 MANUFACTURER
4 A. Acceptable Manufacturers:
5 1. Watertronics, Inc.
6 2. Motor Controls Inc.
7 3. Or Engineer Pre -Approved Equal.
8 B. The pump station manufacturer shall provide certification that station design, construction
9 and controls have been reviewed and certified by Underwriters Laboratories Inc. The station
10 manufacturer shall have listings under Industrial Control Panels and Factory Automation
11 Equipment (Cat. No. Packaged Pumping Systems). These certifications are to ensure that the
12 customer is receiving a safe, and thoroughly tested product, which meets national quality
13 standards.
14 PART 3 - EXECUTION
15 3.01 INSTALLATION
16 A. Unloading and installation is the responsibility of the Contractor. All materials, including
17 lubricants and anchor bolts, equipment, and labor to install the pump shall be provided,
18 installed and/or performed by Contractor.
19 B. Pumping system manufacturer shall supply a technician for up to two (2) hour days to meet
20 the shipment and advise the contractor on unloading and setting the pumping system.
21 C. When discharge piping, electrical connections, and electrical inspection have been completed,
22 the pumping system manufacturer shall be contacted for startup. A minimum one -week
23 notice shall be given to manufacturer prior to scheduled startup date. During start up, the
24 complete pumping system shall be inspected for proper installation and shall be given a
25 running test of normal start and stop, and fully loaded operating conditions. During this test,
26 each pump shall demonstrate its ability to operate without undue vibration or overheating and
27 shall demonstrate its general fitness for service. All defects shall be corrected, and
28 adjustments made at the expense of the pumping system manufacturer. Test shall be repeated
29 until satisfactory results are obtained. Startup assistance shall be provided by the
30 manufacturer of at least one 8-hour day.
31 3.02 FIELD TESTING
32 A. Start-up service support shall be provided by the pump station manufacturer. A minimum of
33 one day of service shall be provided at initial commission with the second day being provided
34 approximately one month after initial start-up. At the first visit, a training session shall be
35 given to the owner or the Owner's representative to familiarize them with the pumping system
36 operation, maintenance and adjustments. The second day shall be used to fine-tune the
37 system operation and to provide follow-up training. During start-up the Contractor shall
38 operate the pumps through normal start and stop, and full load conditions. The pump station
39 manufacturers shall make any adjustments and correct any defects at no cost to the Owner.
40 Tests shall be performed until satisfactory results are obtained. A training session shall be
41 performed at the time of start-up.
42 B. Alignment and Vibration Analysis:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 23 of 28
I 1. The Contractor shall laser align the pumps and motors. The laser alignment shall be
2 completed to verify the angular and offset tolerances specified by the manufacturer. A
3 laser alignment report shall be provided showing the results of the recorded data.
4 2. The Contractor shall provide a full vibration analysis of the high service pumping units
5 including the pumps and motors. The measurement locations for the motor shall be
6 recorded at a minimum of five points and the locations for the pump shall be recorded at
7 a minimum of the specified measurement Iocations called out by the Hydraulic Institute.
8 3. Any corrective action required to bring the pumping units into compliance shall be the
9 responsibility of the Contractor.
10 3.03 MANUFACTURER'S SERVICE
11 A. A manufacturer's qualified representative with experience in the installation, adjustment, and
12 operation of the specified equipment shall supervise the installation, adjustment, and testing
13 of the equipment.
14 B. Seven working days of supervisory service shall be provided by the manufacturer at no
15 expense to the OWNER. Up to three days shall be provided at startup and calibration. Two
16 days shall be provided at the 30-day test procedure. Two days shall be provided at the one-
17 year anniversary of the approved 30-day test procedure.
18 3.04 DEMONSTRATION
19 A. The CONTRACTOR shall provide instructional training for a period of not less than 8 hours
20 on the operation and maintenance of the equipment as specified in this section at each visit.
21 1. The training shall be provided by one or more competent Manufacturers Representatives.
22 2. The training shall be received by a representative of the OWNER.
23 3.05 SUPPLEMENTS
24 A. The supplements listed below, following "END OF SECTION," are included as part of this
25 Specification.
26 1. Data Sheets:
27 a. Pump
28 b. Motor
29 c. Controls
30 d. Valves, appurtenances
31 e. Meters
32 f. Electrical components
33 END OF SECTION
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR I01307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 24 of 28
PUMP DATA SHEET
VERTICAL TURBINE PUMPS
Project: Pump Mft.:
Owner: San Antonio Water System Size & Type:
Service: No. Stages:
Pump Name: Serial No.:
Equip. Tag Number(s): Model No.:
No. Pumps Required: 4
No. Motor Driven: 4
No. Turbine Driven: 4
Drive Type: ® Constant ❑
Pump Item No.:
i Pump Item. No.:
Adjustable
LIQUID
OPERATING
SERVICE CONDITIONS
CONDITIONS
Name: Water
Rated Condition:
Temp (OF): Max 115 Min
10
Pumping Temperature (❑F):
Capacity (U.S. gpm):
Rel. Hum (%): Max _ Min
1,850
Normal 70 Max 80
Total Dynamic Head
Altitude (ft):+/-
Min 50
(ft): 135
Specific Gravity @ 70
Bowl Efficiency {%):
❑ Indoor ❑ Heated
❑F: 1.0
78 m_in)
Vapor Pressure (psia): 0.4
NPSH Available (ft): 130
® Outdoor ® Unheated
Viscosity (CP) @ 70 ❑ F:
Operating Range:
Area Classification:
0.98
Unclassified
pH: 7.0
Maximum Total Head
Other:
(ft): 230
Corrosion/Erosion/Abrasion
Minimum Total Head
Caused by:
(ft):
Remarks:
Remarks:
Remarks:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
43 21 25
PACKAGED PUMP STATION
Page 25 of 28
PERFORMANCE REQUIREMENTS (manufacturer to supply missing data)
Proposal Curve No.:
Min. Continuous Flow
NPSH Required (ft water):
(gpm):
Pump Speed (rpm): 1775
Max. Head, Rated Imp. (ft):
3% Head Drop
Efficiency (%):
Max. Power, Rated Imp
Suction Specific Speed:
(BHP):
Rated Power (BHP):
Factory Testing:
®Required ❑Not
Required
Remarks:
Equipment Tag Number(s):
PUMP CONSTRUCTION DETAILS (manufacturer to supply missing data)
Nozzles
Miscellaneous
Connections
Size Rating
Facing Location
Size Locati
on
Suction
Drain
Discharge
Vent
Pres.
Gauge
Prelube
Casing Mount:
Impeller Type:
Bearings (Type/No.):
❑ Vertical
❑ Open ® Closed
Bowl
® Vertical Barrel
Impeller Diameter (in):
Rated Max
Min
Line Shaft
Pump Shaft
Max. Allowable Pressure (psig)
Bowl Size (in)
Intermediate
At 60 deg. F:
No. of Stages:
Head Shaft:
At Norm. Pump. Temp:
Mechanical Seal:
Lubrication Type:
Type
❑ Grease ® Oil
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 6, 2013
t
Pump Shaft Dia. (in)
Column Size (in):
Lineshaft Type: ❑ Open
❑ Closed
Lineshaft Size (in):
Hydro Test Pressure (psig)
Field Testing: ❑ Not required
®Required, functional and
performance
Remarks:
Size/No. Rings
Manufacturer
Model
Manufacturer Code
Type.
Size/No. Rings
Mechanical Seal:
Type
Manufacturer
Model
Manufacturer Code
43 21 25
PACKAGED PUMP STATION
Page 26 of 28
❑ Pumped Liquid
Coupling:
Manufacturer
Type
Model
Driver Half Coupling
Mounted by:
❑ Pump Mfr.
❑ Driver Mfr.
❑ Purchaser
Gland Type/Material:
Gland Plate Taps
Required:
❑ Quench ❑ Flush
❑ Drain ❑ Vent
MATERIALS (manufacturcr to supply missing data)
Bowl: Enamel Cast Iron, Impeller: Nickel Aluminum Shaft: 416 Stainless Steel
ASTM A48
Column: ASTM A53 Grade A
Schedule 40
Remarks:
Bronze„ or 316 Stainless
Steel
Impeller Wear Rings:
Stainless Steel
Bowl Bearing:
Head Shaft Bearing:
Lineshaft Bearing:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 6, 2013
Shaft Sleeve: 416 Stainless
Steel
Discharge Head:
Type:
Material:
Meadowbrook Golf Course Pump Station
PAR 101307
1
43 21 25
PACKAGED PUMP STATION
Page 27 of28
II ADDITIONAL REQUIREMENTS II
Provide Vortex breaking vane as required to assure rated performance and proper
operation of pump.
INDUCTION MOTOR DATA SHEET
Project:
Owner:
Equipment Name:
Equipment Tag Number(s):
Type: Squirrel -cage induction meeting requirements of NEMA MG 1
Manufacturer: For multiple units of the same type of equipment, furnish motors and
accessories of a single manufacturer
Hazardous Location: ❑ Furnish motors for hazardous (classified) locations that conform
to UL 674 and have an applied UL listing mark
Motor Horsepower: Guaranteed Minimum Efficiency at Full Load:
percent
Voltage: Guaranteed Minimum Power Factor at Full Load:
percent
Phase: Service Factor (@ rated max. amb. temp.): ❑ 1.0
1.15
Frequency:
Enclosure Type:
Synchronous Speed: rpm Mounting Type: ❑ Horizontal ® Vertical
❑ Multispeed, Two -Speed: ❑Vertical Shaft: ® Solid ❑ Hollow
/ rpm ❑Vertical Thrust Capacity (lb): Up Down
❑ Constant Horsepower ❑Adjustable Speed Drive: See Section 16485,
ADJUSTABLE
❑ Variable Torque FREQUENCY, CONTROLLED SPEED, DRIVE
SYSTEMS.
❑ Constant Torque Operating Speed Range: to % of Rated
Speed
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 6, 2013
Meadowbrook Golf Course Pump Station
PAR 101307
2
43 21 25
PACKAGED PUMP STATION
Page 28 of 28
Winding: ❑ One ❑ Two ® Thermal Protection: Two replaceable „120-ohm nickel
stator RTD's per motor winding
® Space Heater: 230 volts, single-phase, sized based on
120-volt
supply
® Oversize main terminal (conduit) box for motors
®Terminal for connection of equipment grounding wire
in each
terminal box
Additional Motor Requirements: ® See Section 16405, AC INDUCTION MOTORS
Special Features:
Provide insertion well type 120-ohm nickel RTD for each motor bearing. RTD's for each
bearing and six equally spaced in stator, all wired to a single terminal box.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised February 5, 2013
00611 25 -1
STARTUP AND COMMISSIONING PROCEDURES
Page 1 of 6
1 SECTION 46 0103
2 STARTUP AND COMMISSIONING PROCEDURES
3 PART 1- GENERAL
4 1.01 SECTION INCLUDES
5 A. Pre -Startup and Startup procedures.
6 B. Submittal requirements.
7 C. Owner operating personnel pre -Startup orientations.
8 D. Pre -functional checklist requirements.
9 E. Functional test procedures.
10 F. Scope and procedures for commissioning.
11 1.02 RELATED REQUIREMENTS
12 A. Section 0178 23 - Operation and Maintenance Manual.
13 1.03 SUBMITTALS
14
A.
See Section 01 3000 - Administrative Requirements, for submittal procedures; except:
15
1. Make submittals on time schedule specified by Owner's representative.
16
2. Submit draft submittals intended for the use of the Owner's representative, in preparing
17
final documents, in editable electronic format, Microsoft Word 2010, or later edition,
18
preferred.
19
3. Allow for time required for review and approval.
20
B.
Summary Startup and Commissioning Schedule: Within 60 days after award of Contract,
21
submit anticipated dates for Phases 1 and 2, with start and duration of major testing activities;
22
indicate activities on the critical path.
23
1. Re -submit anticipated startup dates monthly, but not less than 4 weeks prior to Startup.
24
C.
Startup Plan and Forms.
25
D.
Pre -Functional Checklists.
26
E.
Functional Test Procedures and Forms.
27
F.
Commissioning Plan.
28
G.
Completed Pre -Functional Checklists.
29
H.
Completed Startup Reports.
30
I.
Completed Functional Test Reports.
31
J.
Completed Commissioning Reports.
32
1.04 QUALITY ASSURANCE
33
A.
Qualifications:
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
006125-2
STARTUP AND COMMISSIONING PROCEDURES
Page 2 of 6
1
1. Contractor shall provide qualified personnel handling, equipment, testing equipment,
2
fluids, meters, tools, etc., necessary for initial startup and calibration of all project
3
facilities.
4
2. Where required elsewhere herein the Technical Specifications, Contractor shall require
5
qualified manufacturers' representatives and technical staff to be present for the applicable
6
startup, calibration and adjustment of equipment provided by manufacturer.
7
3. All technical support shall be available as needed by the Contractor to complete startup,
8
calibration and adjustment of the Project at no cost to the Owner.
9
PART 2
PRODUCTS
10
2.01 DOCUMENTATION IDENTIFICATION SYSTEM
11
A.
Give each submitted form or report a unique identification; use the following scheme.
12
B.
Type of Document: Use the following prefixes:
13
1. Pre -Functional Checklist: PFC-.
14
2. Startup Plan: SP-.
15
3. Startup Report: SR-.
16
4. Functional Test Procedure: FTP-.
17
5. Functional Test Report: FTR-.
18
C.
For Unit Processes: Use the Unit Process specification section number (series 4600xx) and
19
assign letters sequentially (A, B, C, etc.) to indicate the commissioning activities relevant to the
20
process as a whole.
21
D.
For Individual Components: Use the unique Plant ID number; see Section 46 0500.
22
E.
Test, Revision, or Submittal Number: Number each successive iteration sequentially, starting
23
with 1.
24
F.
Example: FTP-460023-A.2 would be the Functional Test Procedure for the Pump Station,
25
revision 2.
26
G.
Example: FTP-460023-001.1 would be the Functional Test Procedure for equipment item 1 in
27
the Influent Pump Station, probably a pump, first submittal.
28
H.
Example: PC-460023-001.2 would be the Pre -Functional Checklist for equipment item 1 in the
29
Influent Pump Station, probably a pump, revision 2.
30
2.02 TEST
EQUIPMENT
31
A.
Provide all testing equipment required to perform startup and initial checkout and required
32
Functional Testing; unless otherwise noted such testing equipment will not become the property
33
of Owner.
34 B. Test Equipment Calibration Tolerances: Provide testing equipment of sufficient quality and
35 accuracy to test and/or measure performance with the tolerances specified. If not otherwise
36 noted, the following minimum requirements apply:
37 1. Temperature Sensors and Digital Thermometers: Certified calibration within past year to
38 accuracy of 1.0 degree F and resolution of plus/minus 1.0 degree F.
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
006125-3
STARTUP AND COMMISSIONING PROCEDURES
Page 3 of 6
1 2, Pressure Sensors: Accuracy of plus/minus 2.0 percent of the value range being measured
2 (not full range of meter), calibrated within the last year.
3 3. Calibration: According to the manufacturer's recommended intervals and when dropped
4 or damaged; affix calibration tags or keep certificates readily available for inspection.
5 C. Equipment -Specific Tools: Where special testing equipment, tools and instruments are specific
6 to a piece of equipment, are only available from the vendor, and are required in order to
7 accomplish startup or Functional Testing, provide such equipment, tools, and instruments as
8 part of the work at no extra cost to Owner; such equipment, tools, and instruments are to
9 become the property of Owner.
10 D. Dataloggcrs: Independent equipment and software for monitoring flows, currents, status,
11 pressures, etc. of equipment.
12 PART 3 EXECUTION
13 3.01 STARTUP PLAN AND STARTUP
14 A. Startup Plan: Prepare an overall startup plan covering all operating equipment, devices, and
15 unit processes, with forms for startup reports.
16 1. Organize the plan in sequence of startup, grouped by Unit Process, and proceeding from
17 individual components to sub -systems to Unit Process.
18 2. If special equipment, personnel, or other conditions are necessary for startup or testing,
19 describe them.
20 3. Submit for approval and revise as directed.
21 B. Equipment Startup Plans: Prepare a Startup Plan for each item of operating equipment and
22 device.
23 1. Incorporate manufacturer's recommended startup procedures, checklists, etc.
24 C. Operating Personnel Orientations: Prior to startup of any Unit Process, or modified portion of
25 existing Unit Process, conduct an operating personnel orientation.
26 1. Timing: Not more than 2 weeks and not less than 1 week prior to startup so that personnel
27 can review O&M Manual.
28 2. Owner will designate personnel to attend; also require attendance by installers' and
29 manufacturers' representatives.
30 3. Handouts: Make minimum of 4 printed copies of relevant layouts and diagrams from
31 O&M Manual.
32 4. Review the sequence of startup activities, the Pre -Functional Checklists and startup forms,
33 and explain the expected results.
34 5. Review and discuss problems that might occur during startup, especially any not discussed
35 in the O&M Manual because they would not be encountered in normal operation, and
36 preparations made to correct them.
37 6. Spend up to four (4) hours in visual orientation on -site, pointing out all components of the
38 process and answering questions.
39 . F. Execution: Execute startup of each item of operating equipment, device, and unit process; fill
40 out relevant Startup Report form
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
006125-4
STARTUP AND COMMISSIONWO PROCEDURES
Page 4 of 6
I
1. Verify that startup procedures are correctly described in O&M Manual.
2
2. Submit Pre -Functional Checklists and equipment startup reports together with overall Unit
3
Process Startup Report.
4
3. Submit completed Unit Process Startup Reports within two days of completion.
5
G.
Deficiencies: Correct deficiencies and restart, at no extra cost to Owner; if difficulty in
6
correction would delay progress, report deficiency immediately.
7
3.02 PREFUNCTIONAL CHECKLISTS
8
A.
Draft Checklists: Prepare a Pre -Functional Checklist for each item of operating equipment,
9
device, and unit process.
10
1. Submit for approval and revise as directed.
11
2. No sampling of identical or near -identical items is allowed.
12
3. These checklists do not replace manufacturers' recommended startup checklists, regardless
13
of apparent redundancy.
14
B.
Forms: Include the following types of information:
15
1. Plant ID number.
16
2. Manufacturer, model number, and relevant capacity information.
17
3. Serial number of installed unit.
18
4. List of inspections to be conducted to document proper installation; these will be primarily
19
static inspections and procedures; for equipment and systems may include normal
20
manufacturers' start-up checklist items and minor testing.
21
5. Include field quality control inspections and tests specified in individual specification
22
sections.
23
6. Sensor and actuator calibration information.
24
7. Status of O&M data submissions.
25
8. Status of Startup Plan submissions.
26
9. Status of Training Plan submissions.
27
10. Certification by installing contractor that the unit is properly installed and ready for
28
Startup
29
11. Spaces for witnessing, dates, and conditions.
30
C.
D. Deficiencies: Correct deficiencies and re -inspect or re -test, as applicable, at no extra cost to
31
Owner; if difficulty in correction would delay progress, report deficiency immediately.
32
3.03 FUNCTIONAL TESTS
33
A.
At least one Functional Test is required for each item of operating equipment, device, and unit
34
process, unless sampling of multiple identical or near -identical units is allowed by the final test
35
procedures.
36 1. Some test procedures are included in the Contract Documents; where Functional Test
37 procedures are not included in the Contract Documents, propose test procedures
38 appropriate to the equipment or process being tested.
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
006125-5
STARTUP AND COMMISSIONING PROCEDURES
Page 5 of 6
1 2. Examples of Functional Testing-
2 a. Test the dynamic function and operation of equipment using manual (direct
3 observation) or monitoring methods under full operation.
4 b. Unit processes are run through all the control system's sequences of operation and
5 components are verified to be responding as the sequence's state.
6 B. Functional Test Procedures: Prepare descriptions of functional tests, with forms for recording
7 test conditions and results.
8 1. Submit for approval and revise as directed.
9 2. List steps to be taken to demonstrate performance, in order of occurrence.
10 3. List test apparatus, if any.
11 4. List performance criteria which if achieved demonstrate satisfactory performance.
12 C. Execution: Perform Functional Tests and fill out and submit report form after completion of
13 test.
14 1. Verify that operating functions and procedures are correctly and completely described in
15 O&M Manual.
16 2. Use the approved test report form.
17 3. Submit completed test report forin within two days of completion.
18 4. If a deficiency is not corrected and re -tested immediately, document the deficiency and
19 intentions regarding correction.
20 D. Deficiencies: Correct deficiencies and re -test at no extra cost to Owner, including cost of
21 Owner representative witnessing; if difficulty in correction of deficiency would delay progress,
22 report deficiency immediately.
23 1. Deficiencies are any condition in the installation or function of a component, piece of
24 equipment or system that is not in compliance with the Contract Documents or does not
25 perform properly.
26 2. Coordinate scheduling of re -tests with Owner's representative.
27 3. Identical or Near -Identical Items: If 10 percent, or three, whichever is greater, of identical
28 or near -identical items fail to perform due to material or manufacturing defect, all items
29 will be considered defective; provide a proposal for correction within 2 weeks after
30 notification of defect, including provision for testing sample installations prior to
31 replacement of all items.
32 E. Deferred Functional Tests: Some tests may need to be performed later, after substantial
33 completion, due to seasonal requirements or other conditions; performance of these tests
34 remains the Contractor's responsibility regardless of timing.
35 3.04 TEST PROCEDURES - GENERAL
36 A. Provide skilled technicians to execute starting of equipment and to execute the Functional
37 Tests. Ensure that they are available and present during the agreed upon schedules and for
38 sufficient duration to complete the necessary tests, adjustments and problem -solving.
39 B. Provide all necessary materials and system modifications required to produce the flows,
40 pressures, temperatures, and conditions necessary to execute the test according to the specified
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
0061 25 - 6
STARTUP AND COMMISSIONING PROCEDURES
Page 6 of 6
conditions. At completion of the test, return all affected equipment and systems to their pre -test
condition.
C. Simulating Signals: Disconnect the sensor and use a signal generator to send an appropriate
signal to amperage, resistance or pressure to the transducer and control system to simulate the
sensor value.
D. Over -Writing Values: Change the sensor value known to the control system in the control
system to see the response of the system; for example, change the dissolved oxygen level to see
the response of the aeration system.
3.05 COMMISSIONING PLAN AND COMMISSIONING
A. Commissioning Plan: Prepare an overall commissioning plan covering all unit processes, with
forms for reports.
1, Organize the plan in sequence by Process.
2. List the commissioning activities to be conducted.
3. Include anticipated date and duration of each activity.
4. Cross-reference individual equipment Startup Plans, Startup Report forms, Pre -Functional
Checklists, and Functional Test Procedures by identifying number.
5. If special equipment, personnel, or other conditions are necessary for commissioning,
describe them.
6. Submit for approval and revise as directed.
B. Execution: Execute each commissioning activity; fill out relevant report form.
1. Submit completed Reports within two days of completion.
C. Deficiencies: Correct deficiencies found at no extra cost to Owner.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Meadowbrook GC Pump Station
PAR 101307
46 01 06 - 1
OPERATION AND MAINTENANCE MANUAL
Page 1 of 4
1 SECTION 46 0106
2 OPERATION AND MAINTENANCE MANUAL
3 PART 1- GENERAL
4 1.01 SECTION INCLUDES
5 A. Operation and maintenance data submittals.
6 1.02 RELATED REQUIREMENTS
7 A. Section 0133 00 — Submittals.
8 B. Individual Product Sections: Additional requirements for operation and maintenance data.
9 PART 2 OPERATION AND MAINTENANCE MANUAL
10 2.01 DOCUMENT FORMATS - FINAL
11 A. Editable Document Format: Microsoft Word 2010 or later, Open Document Format (ODF), or
12 Rich Text Format (RTF); use for documents prepared specifically for this plant.
13 B. PDF Format. Adobe Reader version 10 or later; use for:
14 1. Approved submittals, such as product data, shop drawings, O&M data; furnish PDF of
15 approved copy, not original
16 2. O&M documents prepared by manufacturers.
17 3. Project record documents, as described in Section 017800 - Closeout Submittals and in
18 individual Sections.
19 4. Startup checklists and functional test reports.
20 5. Other documents that will not need to be modified in the future.
21 C. Drawings: Convert to PDF format, maintaining original document page size (i.e. do not reduce
22 a large size drawing to 8-1/2 by 11, or any different size).
23 2.02 ORGANIZATION OF MANUAL
24 A. The function of this manual is to make needed information quickly and easily found and
25 understood. To increase effectiveness the following general principles should be observed:
26 1. Generally, use less narrative and more diagrams, charts, and checklists.
27 2. An operator looking for a specific piece of information should not have to read an essay to
28 find it.
29 3. Do not include information that is not specific to this plant.
30 4. If both graphic and text are needed for the same subject, place the graphic above the text.
31 5. If footnotes or legends are used, make them large enough to read easily and place above or
32 to the left of the chart or table they refer to, so they are not overlooked.
33 6. If a graphic will fit in a page of a normal browser window, insert it as a picture in the
34 page; if very large, link to it as an external PDF file.
35 7. Very large drawings and diagrams should not be used as a primary information source; if
36 they are the only source of a particular item of information, consider snipping relevant
37 portions to insert as pictures.
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
4601 06-2
OPERATION AND MAINTENANCE MANUAL
Page 2 of 4
1 8. Content management system software uses HTML editors in which tables are often
2 difficult to format; charts and tables may be made as pictures if the original editable
3 document is also furnished and linked to.
4 2.03 EMERGENCY OPERATIONS
5 2.04 PLANT -WIDE INFORMATION
6 A. Provide the following information from a plant -wide point of view.
7 B. Plant Layout: Simple one -page plan -view diagram identifying buildings, pipelines, major
8 valves, and incoming utilities. Do not reduce construction site drawings unless they are legible
9 at small size; otherwise, prepare simplified diagram with only necessary detail.
10 C. Summary of Design Data: Tabular view of pump station; design, flows, and design capacity.
11 D. Equipment Cross -Reference Lists: Tabular summary lists of all equipment items by:
12 1. Equipmentidentification number in alphanumeric order.
13 2. Flow sequence order and equipment identification in alphanumeric order.
14 3. Generic item type (e.g. valve, controller, pump) and equipment identification number in
15 alphanumeric order.
16 E. Electrical Power: Simple schematic of power distribution system, showing switchboards,
17 panelboards, and circuits; diagrams that reflect actual physical layout are preferred.
18 F, Post -Disaster Startup: Assuming both normal power goes out, describe in detail the process of
19 re -starting the pump station.
20 1. Include a list of settings that are not saved upon power loss.
21 2. Identify which functions are critical and which are non -critical.
22 3. If sequencing is critical, describe the sequence of starting equipment and processes
23 including clearing of lockouts.
24 G. Safety: Describe safety and accident prevention procedures.
25 1. Explain Confined Space entry precautions and define procedures.
26 2. Include first aid procedures for dealing with accidents or reference a first aid handbook
27 and kit kept on hand.
28 H. "Manual on the Manual": Describe editing existing pages, creating new pages, modifying
29 menus, linking to external files, moving to a different server or host, and restoring from backup.
30 1. Detail the steps in the backup process, the schedule for making backups, and where
31 backups are stored.
32 2. Detail the login security policy, how to change access rights, and who can do so.
33 3. Provide a printable version of the "manual on the manual" (PDF) and include a link to it
34 on the home page.
35 2.05 PUMP STATION MANAGEMENT INFORMATION
36 A. Preventative Maintenance: Description of asset management system to be used to schedule and
37 track maintenance activities.
38 B. Operator and Management Responsibilities: Describe operating and maintenance personnel
39 required.
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
4601 06 - 3
OPERATION AND MAINTENANCE MANUAL
Page 3 of 4
1 2.06 EQUIPMENT INFORMATION
2 A. For each individual item of equipment, provide the following information; use a consistent
3 format for all equipment, including order of presentation of information and starting each item
4 on a new page.
5 B. See individual product specification sections for additional requirements.
6 C. Equipment Summary Sheet:
7 1. Equipment identification number; if there is more than one item that is exactly identical,
8 use one sheet for all.
9 2. Generic name of item.
10 3. Location in pump station, such as Unit Process.
11 4. General description including component parts.
12 5. Manufacturer name, model or series name or number, serial number, and date installed.
13 6. Installer/Supplier name, address, contact name and phone number.
14 7. Service organization name, address, contact name and phone number.
15 8. Identify where spare parts and consumables are stored on site.
16 D. Design Data: List design capacity and other operating parameters.
17 i . Pumps: Include pump curve for the specific pump installed, shutoff head, discharge head,
18 and suction head; identify impeller trim and motor horsepower.
19 2. Startup Form: Recorded actual values of design parameters at startup.
20 3. Manufacturer's design data sheets may be linked to or referenced.
21 E. Product Data: Project record copy of approved submittals.
22 1. If no approved product data submittal exists, provide manufacturer's current data sheet
23 marked to clearly identify specific products and components that were installed; delete or
24 cross out inapplicable information.
25 F. Shop Drawings: Project record copy of approved shop drawings.
26 G. Wiring Diagrams: As installed.
27 H. Operating Procedures:
28 1. Describe start-up, break-in, and routine normal operating instructions and sequences.
29 Include regulation, control, stopping, shut -down, and emergency instructions. Include
30 summer, winter, and any special operating instructions.
31 2. Manufacturer's printed procedures may be used, provided they are in electronic form.
32 3. Where additional instructions are required, beyond the manufacturer's standard printed
33 instructions, have instructions prepared by personnel experienced in the operation and
34 maintenance of the specific equipment.
35 1. Maintenance Requirements:
36 1. Provide summary of necessary maintenance activities for this equipment in this particular
37 plant, prepared from manufacturer data, with necessary frequency.
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
460106-4
OPERATION AND MAINTENANCE MANUAL
Page 4 of 4
1 2. Describe routine procedures for preventative maintenance and trouble -shooting;
2 disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and
3 checking instructions.
4 3. Manufacturer's servicing and lubrication schedule, and list of lubricants required.
5 4. Manufacturer's illustrations, assembly drawings, and diagrams required for maintenance.
6 5. Manufacturer's printed procedures may be used, provided they are in electronic form.
7 6. Where additional instructions are required, beyond the manufacturer's standard printed
8 instructions, have instructions prepared by personnel experienced in the operation and
9 maintenance of the specific equipment.
10 J. Tools: List of tools necessary for adjustment, operation, maintenance and disassembly; identify
11 by manufacturer and model number any special tools that are specific to the equipment, not
12 commonly encountered in repair shops, or only available from limited sources.
13 K. Replaceable Parts and Consumable Supplies:
14 1. Manufacturer's parts list with model numbers, prices, and edition date.
15 2. List of parts that manufacturer recommends having on hand, with quantities.
16 3. List of parts that require long lead time, with time estimates.
17 4. Nearby Sources: Name, address, phone number.
18 L. Equipment Startup Reports:
19 1. Completed Pre -Functional Checklist.
20 2. Completed Functional Test report.
21 M. Additional Requirements: As specified in individual product specification sections.
22 END OF SECTION
23
CITY OF FORT WORTH Meadowbrook GC Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR 101307
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Conditions 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
CITY OF FORT WORTH Meadowbrook Gaff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
GC-4®01 Availability ®f ]Lands
THIS PAGE INTENTXONAILLY LEFT BLANK
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
GC®4o02 Subsurface and Physical Conditions
THIS PAGE INTENTIONALLY LEFT BLANK
CITY OF FORT WORTH Meadowhrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
GC-4o04 Underground Facilities
THIS PAGE INTENTIONALLY CLEFT BLANK
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
%'-WC®4o06 Hazardous ]Environmental Condition at Site
THIS PAGE INTENTIONALLY LEFT BLANK
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
GC=6o06o1I1 DMIt o rity and Women Owned Business
Enterprise CompK nce
CITY OF FORT WORTH Meadowbrook Golf Course .Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
Park & Recroatlon
City of Fort Worth
Departmental Request for Waiver
of MKE/ SRE Su%contracting/ Supplier Goal
$ 216,000.00
DEPARTMENT NAME: ' ESTIMATED COST
(Please select the appropriate circle)
ORFP ORFQ ORFI OCISV 00ther State Cooperative Program OReverse Auction
NOTM .All support documentation needs to be attached to this request.
Meadowbrook Golf Course - Irrigation Pump Station Rehab 101307
NAME O PR .ECT /F. PROJECT NO.
� srsa s/1 s/1 s
SIGNfU + OF PROJECT MANAGER EXTENSION DATE NIGP CODE
Prior to. advertisement, the contracting/managing department shall determine whether the bid/RFP is one which MBE/SBE
requirements should not be applied, MBE/SBE requirements may be waived upon written approval of the Business Development
Manager, Office of Business Diversity (ODD). If one of the conditions listed below exists, the contracting/managing
department shall notify the Manager via this form, stating the specific reasons) fnx requesting a waiver.
If the contracting/managing department and the Manager are in conflict over the granting of a waiver, either
may appeal to the City Manager, or designee, whose decision is final.
Please Check Applicable Reason:
A. Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
BDE Ordinance, because the public or administrative emergency exists which requires the
goods or services to be provided with unusual immediacy; or
�. Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
BDE Ordinance, because the purchase of goods or services is from sources where
subcontracting or supplier opportunities are negligible; or
C. Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
DBE Ordinance, because the application: of the provisions of this ordinance will impose an
economic risk on the City or unduly delay acquisition of the goods or services; or
D. Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements
was requested by the Department and approved by the OBD, in accordance with the MWBE or
DBE Ordinance, because the MWBE Waiver is based on the sole source information provided
to the MWBE Office by the managing department's project manager,
E. OTHER:
Justify Commodity or Service Waiver Request:
Project primarily consists of the purchase and installation of it prefabdratud Irrigation pump skid; minor piping do -Ins, m€nor concrete replacement and
erection of pre-fab shelter structure over skid. Due to the speclallzed tlature of this project and narrow scope we are requesting a waiver for WE particlpatlon.
Please use additfonaI sheets, if needed
- - --- --
OBD ]SSE ONLY:
Approved Signature of OBD Authorized Personnel Date
Not Approved Signature of OBD Authorized Personnel Date
Rev. 04-03 2019
Office of Business Diversity
Email: tawbeoffice a,fortworthtexas.goy
GC-6.07 Wage Rates
CITY OF FORT WORTH Meadowhrook GgyCourse Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
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 Builder/Setter, Structures
$
13.84
Form Setter, Paving & Curb
$
13.16
Foundation Drill Operator, Crawler Mounted
$
17.99
Foundation Drill Operator, Truck Mounted
$
21.07
Front End Loader Operator, 3 CY or Less
$
13.69
Front End Loader Operator, Over 3 CY
$
14.72
Laborer, Common
$
10.72
Laborer, Utility
$
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 Siipform 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 for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
2013 PREVAILING WAGE RATES
(Commercial Construction Projects)
CLASSIFICATION DESCRIPTION
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 Framer
$
16.12
Metal Stud Framer Helper
$
1254
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`l_ine Shovel
$
19.31
Forklift
$
16.45
Foundation Drill Operator
$
2250
Front End Loader
$
16.97
Truck Driver
$
16.77
Welder
$
19.96
Welder Helper
$
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
GC-6®09 Permits and Utilities
THIS PAGE INTENTIONALLY Eli TIONALLLEFT BLANK.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 20I1
GC-6.24 Nondiscrimination
THIS PAGE INTENTIONALLY CLEFT BLANK.
CITY OF FORT WORTH Meadowhrook Goff Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011
GR-0160 00 ]Product Requirements
THIS PAGE INTENTIONALLY LIEIFT BLANK.
CITY OF FORT WORTH Meadowbrook Golf Course Pump Station
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAR-101307
Revised July 1, 2011