Loading...
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