HomeMy WebLinkAboutContract 55267�-
L. �
.-,
, �
i .,� ���"i�.'� ,s
��� �� ��� �+ f `�,�
' �� �Y�r:
� ��.
���������
i -- ` .—. .- - M1� �r� ��
��
��1�'�'R �►C'T
FfJI�
3�F �"f�]�T�'�'RLI�'�'��l�i (��'
���5 �'[P Y�AR � � ��i�'a'1��4�� 5
C�ty Prnaee# �10. IUI��,�
Setsv Price 17avid [:���k�
1�is�vr City '�lanager
��ris f�af���
�irector. ���er ��p�r�nien�
VUiliiarn .t�3hnsoG�
l�i��c�ar,'�`�a��p�rtati�� an� �'ub�i� 1�1+'�rks Qe�;ir�tiets�
Pre��red fvr
'r�� �itv �f �'o�-t 1�4'orl�
W�te� D��,art�ne�e�
&
Tr�r��p�rralin� and Pr�b�ir �Vnrks D��r�r�lrr�c��
20Z(i
: —�+��
� '�C �� 7� ka
���'�� ���`�kl
/� •�
� f '* 1
� Adl� 5�+�3.��l,IL f1REFlh1 �
� ...... . ... ... .. . . �-'i
� �3.�$� 7 *
#"��. ( r��NS��J : p #{� -
������*0��#� �
� �3-� �-��
I`'_��^T��Ki RL�GC���+ i
' �� ������ li
, , . '"iih '�� �
�
����a� w�a��� �����, iric.
�� r���t�,z€�5 a si.r�+�,r.�K��a
d i 37 B.r�c�weio+i Sloir P.d.. S+z 23Q
�F�f On 1Y4fhl. T*,r7F1 7C` I 17
� P4�fl¢- BCW-4a8.&,]J3
�k �gi.�tral��, tJo F 4Gt5+A9
�
__ � �� � � �� � C�i
3
��� �� ���� �����
�
Standard Construction Specification
Docum�nts
Adopted Septem�er 2011
00 oa o0
3TA3+IDAIiD CONSTRUCTION SPECIFICATIQN DOCUMENTS
Page 1 of 6
��C 1 I�Qd OQ 00 @0
TABLE OF CONTENTS
Division OQ - General Canditians
Last Revised
40 OS 10 Ma or and Cauncil Communication 07/01/2D l 1
00 OS 15 Adde:nda 07/01/2011
00 I1 13 In�itation to Bidders 03/09/2020
00 21 13 Tnstructions ta Bidders 43/09/2020
nn�� ���n�o
OU 32 15 Construction Pro'ect Schedule 07/20/2018
00 35 13 Conflict of Interest Statement Q2124/2020
00 41 00 Bid Form 03/09/2420
00 42 43 Pro osal Form Unit Price 01/20/2012
00 43 13 Bid BoncE 09/11/2417
00 43 37 Vendor Com liance to State �.aw Nonresident Bidder 06/27/2011
00 45 11 Bidders Pre uali�cations 07/0 U2011
OU 45 12 Pre ualification Statement 07/01/24l 1
DO 45 13 Bidder Pre ualificatian A licatian 03/p9/2Q20
00 45 26 Contractor Com liance with Workers' Com ensation Law 07/01/2411
00 45 40 Minari Business Enter rise Goal 46/09/2U15
nn� nti �n��
00 52 43 A eement �9/06/2019
00 61 13 Perfarmance Bond 07/01/201 i
00 61 14 Pa ment Bond 07/01/2011
flq 61 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Tnsurance 07/01/2011
00 72 00 General Conditions 03/09/2020
00 73 00 Su lementa Conditions 03/09/2020
Division 01 - General Re uirements Last Revised
41 l 1 00 5umm of Wark 12/20/2012
O1 25 00 Substitutian Procedures 07/01/2011
01 31 19 Preconstruction Meetin 08/17/2012
O1 31 20 Pro'ect Meetin s 07/01/2011
Q1 32 1b Canstruction Pro ess Schedule 07/01/201 l
O 1 32 33 Preconstructifln Video 07/0112Q 11
01 33 00 Submitkals 12/20/2012
01 35 13 S ecial Pro'ect Procedures 12/20/2012
O 1 45 23 Testin and Ins ection Services 03/09/2020
O1 50 00 Tem orar Facilities and Controls 0710 1 /20 1 1
O1 55 26 Street Use Permit and Modifications to Traf�c ControI 07/01/2011
01 57 13 Storm Water Pallution Prevention Plan 07/01/2011
01 58 13 Tem ar Pro'ect Si na e 07/0 1120 1 1
O1 60 00 Product Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/O ll2011
O1 70 00 Mobilization and Remqbilization 11/22120i6
Ul 71 23 Constructaon Stakin and Surve 02/14/2018
01 74 23 Cleanin 07/01/2011
CITY OF FORT WOATH 2O18 CIP Year 3— Contract S
STANDARD CONSTRUCTION SPECIFICA7'ION BOCUME1�fTS City Project No.: IO1452
Revised March 9, 202Q
l
I
i
i
00 00 QO
STANDAC�D COI�ISTRUCTION SPECIFICATION I]OCUMENT3
Page 2 of 6
� O1 77 19 Closeout Re uirements 07/0i12011
O1 78 23 4 eration and Maintenance Data 12/20/2012
O1 78 39 Fro'ect Record Documents Q7/Q1/2011
Teci�nical Specifications which have bcen modified by the Engineer speei�cally for this
Projeet; hard copies are included in the Project's Contract Doeuments
Division 34 - Trans ortation
34 71 13.Q1 Special Provision to Standard Speciiications 34 7i 12 Traffic X2/13/2Q19
Control
Technical Speci�cations listed below are included for this Project 6y referenee and tan be
viewed/downloaded fram t�e City's website at:
httA://fortwarthte�s.gov/tpw/contractors/
or
htt�s:/la pps.fortworthtexa s.�ov/Pro i ectResources/
Division 02 - Exis�in Conditions
02 41 13 Selective Site Demolition
02 41 14 Utili Removal/Abandonment
02 41 15 Pavin Remaval
nivicinn 03 - C.'oncrete
:
i
Last Revised
12/20/2012
� 2/20/2012
02/02/201 G
03 30 00 Cast-In-Place Concrete 12/20/2012
03 34 13 Controlled Low Stren th Material CLSM 12/20/2�12
03 34 16 Concrete Base Material for Trench Re air 12/20/2012
03 SO 00 Modifications to Existin Concrete Structures 12/20/2012
Divisian 26 - Electrical
Division 31 - Earthwork
31 10 00 Site Clearin 12/20/2012
3l 23 16 Unclassified Excavation 61/28/2013
3l 23 23 Borrow �1/28/2013
7 i� �� n i r���
31 25 00 Erosion and Sediment Controi 12/20/2012
� ,�� �S , � r���
�� r � rn��
CITY OF F012T WQRTH 2O18 GIP Year 3— Contract 5
STANDAI2D CONSTRUCTIQN SPECIFICATION DOCUMEIVTS City Project No.: 101452
Revised March 9, 2020
ao 0o aa
STANDARD CONSTKUCTION SPECIFICATIQN DOCUMENT3
Page 3 of b
llivision 3� - Exterior Im rovements
32 O1 17 Permanent As halt Pavtn Re air 1212d/2012
32 01 18 Tetrx or As halt Pavin Re air 1Z/20/2012
32 O1 29 Concrete Pavin Re air 12/20/2012
32 11 23 Flexible Base Courses 1212Q/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cemen� Trea�ed Base Courses 12/20/2U12
32 11 37 Li uid Treated Soil Siabilizer 08/21/2015
321216 As haltPavin ]212QI2�12
32 12 73 As halt Pavin Crack Sealants 12/20/2412
32 13 13 Concrete Pavin 12/20/2Q12
32 13 20 Concrete Sidewalks, Dri�ewa s and Barrier Free Ram s 06/05/2Q18
32 13 73 Concrete Pavin Joint Sealants 12/20/2QI2
32 14 16 Brick Unit Pavin 12I20/2Q12
32 16 13 Concrete Curb and GutYers and Valle Gu�ters 10/0512a1b
32 17 23 Pauemeni Markin s 11/22/2Q13
32 %7 25 Curb Address Paintin 11/04/2013
32 31 13 Cl�ain Fences and Ga�es 12/2Q/2a12
32 31 2b Wire Fences and Gates 12/20/2012
32 31 29 Woad Fences and Gates 12/20/2Q12
32 32 13 Cast-in-Place Concrete Retainin Walls 06/05/2018
32 91 19 To soil Flacement and Finishin of Parkwa s 32/20/2012
32 92 l3 H dra-Mulchin , Seedin , and Saddin 12/20/2012
32 93 43 Trees and Shrubs 12/24/2012
Division 33 - Utilities
GITY OF FORT WORTH 201 & CIP Year 3— ContracE 5
STANDARD CONSTRUCTION SPECIFICAT[QN DOCUMENTS City Project No.: ]d 1452
Re�ised March 4, 2020
00 oa oa
STANDARD CONSTRUCTIO�I SPECIFICAT[ON DOCUMENTS
Page 4 of G
33 OS 26 UtiIi MaricerslLocators 12/20/2012
�� os 3a Locaiion of E�stin Utilities 12/20/2012
33 1] OS Bolts, Nuts, and Gaskets 12/20/2012
33 1 l 10 Ductile Iron Pi e 12/20/2012
33 11 11 Ductile Iron Fittin s 12/2U12U12
33 11 12 Pol vin 1 Chlorfde VC Pressure Pi e 11/1b/2UI8
12� 1 ^1/'I�z
f e
33 1 l l4 Buried Steel Pi e and Fittin s 12/20/2012
33 12 I O Water Services 1-inch to 2-inch 02/14/2017
33 12 1 l Lar e Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber-Seated Butterfl Valves 12/2fl/2o12
33 12 25 Connection to Existin Water Mains 02/06/20i3
33 12 30 Cornbination Air Valve AssembIies for Fotable Water S stems 12/20/2012
33 12 40 Fire H drants 01/03/2014
33 12 SO Water Sam le Stations 12/2Q/2012
� z�n� nti»oo, r�; Lo ��
�� y � i�z�i
33 31 13 Fiber lass Reinforced Pi a for Gravi Sanit Sewers 12I20/2fl12
33 31 I S Hi h Densit Pol eth lene HDPE Pi e for Sani Sewer 12/20/2012
33 31 20 Pol vin 1 Chloridc PVC Gravi Sanit Sewer Pi e 06/19/2013
���T 7�r��z
� ��z y � ����
33 3� 23 Sanitar Sewer Pi e Enlar ement 12/20/2012
33 31 SO Sanit Sewer Service Connections and Service Line 04/26/2013
�� zi �n ����n��ni�
�v r�-tvraoz�
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manlaales 12/20/2Q12
33 39 30 Fiber lass Manholes 12/20/2012
� ��no , � r��z
33 39 6U E ox Liners for Sanita �ewer Structures 9/23/2020
�� n� rn�T
�2 n� �y i�r�nr�n��
�--�r-rr rra-avraazx
�� 7 Y /Y�,�
33 4b 00 Subdraina e 12/20/2012
�� n�rn��
2���z �r,.,,.,,,t, r►,..,:..n n�rn�i�
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/2a/2012
33 49 20 Curb and Dro Inlets 12/20/2012
� ��n� n-r �n�r,-v�;�viT
Divlsion 34 - Trans ortaNan
�,r �, ,n
�-n-�-Q
n i, +,.,.i� r� �.' +
rrt�Gxair�t� rc8nsrvi=e3' cnvi.icc
2 A A��L
2 d_A_�7
Z A�=
CITY QF FORT WORTH
STANDAAD CONSTRUCTION SPECIFICATION DOCUMENTS
Aevised March 9, 2020
�� �
�
! A
1 1
�
2018 CIP Year 3— Contract 5
City Project No.: 101�452
0o ao 00
STt1NDARD COI�ISTAUCTION SAECIFICATION DOCUMENTS
Page 5 of 6
Appendix
GC-4.42
GC-4.44
GC-b.46.D
Gc-�.a�
Gx-ai 6o ao
SubsUrface and Physical Canditions
Underground Facilities
Minority and Women Owned Business Enterprise Compliance
Wage Rates
Produci Aequirements
END OF SECTION
CITY OF FORT WORTH 2O18 CIP Year 3— Conti�act 5
STANBARD CQNSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo.: iQ1452
Revised March 9, 2020
1 11 912 0 2 1
�I71( ���l�1�YL �����,�
D,aa►TF: 1/92/2021 R���R�NCF **M&C 2�-
�l0.: 0024
CODE: C iYPE: CONS�NT
M&C Review
LOG NAM,�:
PUBLIC
HEARING:
O�cial site ef the City of Fort 4�1^_rth, i"erYw
Fo��r i���.�rr�
.��_y
20202018CIPY3C5-
MCCLENDON
f�L�:
SUBJ�G7: (CD 3) Authorize Execution of a Contract with McClandon Construction Co., inc., in the
Amount of $4,478,841.30 fior Gombined Street Paving Improvements, and Water and
Sanitary Sewer Main Replacements �or 2018 Bond Year Three Street Recor�struction
Contract 5 project, Adopt Appropriation Ordinances anc! Update the FY 2021-2025
Gapital Impro�ement Program {20'!8 Bond Program}
R�CO�ifl�Vf �N �AiION:
If is recorrimended that the City Co�ncil:
1. Authorize execution of a contract with McClendon Co�structior� Co., Inc,, in the amount of
$4,478,841.30 for combined s�reet paving improvements, and water and sanitary sewer
main replacements for the 20�8 Bond Year Three Street Reconstr�action Contract 5 project;
2. Adopt the attached A�prop�iation Ordinance increasing receipts and aPpr�a�riatians in the
Wat�r and Sew�r Capitial Projec�s Fund in �he amoun� of $2,359,547.00, transferred from
a�ai[able funds within the Water and 5ewer Fund, for the purpose of funding the 2018 Bond
5treet Reconstruction Contract 5 and 6 project (City Project No. 7.01452};
3. Adopt the attach�d Appropriation Ordinance adjusting appropriations in the 2018 Bond
Program Fund by increasing appropriations in the 2018 Bond Year Three Street
Reconstruction Coniract 5 and 6 project, in the amount of $2,9�9,628.00 and reducing
appropriations in the Street Constru�tion/Reconstructi�n/Rehaf�ilitation programmable
project (City Project No. P80001) by the same amount; and
4. Revise the scope af the streets in this project as described in the 2018 Bond Program from
asphalt rehabilitation to concrete reconstruction.
DISCUSSlaY�:
This Mayor and Council Comm�nication (M&C) �s to authorize a construction cantract for �aving
improverr�ents on approxirr�afieiy 2.8� lane rr�iles for �he 2018 Bond Year Three Street Reconstruciion
Contrac# 5, afong with water and sanitary sewer impro�ements on the following s#reets:
Tha project was advertised for bid on October 22, 2020, and October 29, 2020 in the Fort iNorfh Star
Telegram. On N��ember 19, 2020, the following b�ds were received:
apps.ciwnet.org/council_packetlmc_revi�w.asp?I D=28578&counci Idate=lli 212021
'f 13
9/19I2021
Bidder
McClendon
Construction Co., Inc.
Amount
Alternate 1 Alternafe 2
{Asphalt + (Concrete
Paving) � Paving)
M&C Review
Time of Completion
$4,4�1,98�.00�� $4,4�8,849.30�� 3&0 Calendar Days
Stabile & Winn, Inc.
Reyes Group, lnc.
$5,0'! 2,387
$5,475,538.
$4,774,034.7
$6,075,839.50
The 20�8 Bond Program pro�ided for t�e project streets ia be recortstructed with new asphalt and
replacement of damaged curb and gutter. In an effort to s�cur� the most value �for the City, staff
advertised the praject seeking prices for asphalt and concrete reconstrucfian. Concrete pa�ing
typically has a lon�er Iffe s}�an and �ower the main�enance cosf than asphalt, Staff recommends award
of the contract for Alternate 2{concrete paving).
The Transportafion & Public Works Department's sha�`e on this contract is $2,456,465.30. The paving
funds for tf�is project are included in #he 2018 Bonc� Program. Available resources within the Generaf
Fund will be used to provide interim financing until debt is issued. Dnce debt associated with the
�roject is sold, bond proceeds will reimburse the General Fund in accordance with fhe sta#ement
expressing offfcial intent to reimburse that was adopted as part of the ordinance canvassing the bond
election (Ordinanc� No. 23209-05-2018) and s��sequent actions taken by ti�e Mayor and Council.
The Water Department's share on this contract is $2,022,776.00 wifl be a�ailable in the Water & Sewer
Capita! Projects Fund for the project (C�ty Project No. 10'[452).
fn addition to the contract amounf, $616,392.00 (Water: $124,192.00, Sewer: $'1�1,440.Q0, Paving:
$380,760.00) is required �or project management, material testing and inspection and $223,9�41.70
(Wafer: $52,897.00, Sewer: $48,242.00, Paving: $922,802.70) is provided far }�rQject contingencies.
This project will ha�e no im�act an the Transportation & Public Works' or on the Water
Department's operating budgets when completed.
The sanitary sewer cor�ponent of this project is part of the Water Depar�ment's Sanitary Sewer
Overflow lnitiative Pro�ram
Appropriations fior the water, sanitary sewer and paving improvemenfs for 20'I $ Bond Year Three
Street Reco�tstruction Contract 5 project by F'und will cons�st of th� foilowing:
Fund
2018 BoncE Program -
Fund 34018
Existing Additional
Appropriations Appr�priations
$386,'[10.00�� $2,959,62$.
Project Total*
$3,345,738.
Water & Sewer Capital
Projects - Fund 56002 ����'�423,00 $2,359,5A�7.OQ $3,143,970.00
Project Total $1,170,533.�0 $5,319,175.OQ $6,489,708.00
Numbers rounded for presentation purposes
MIWB� OF'�'fC�: McClendon Construction Co., Inc. is in corr�pliance with the City's BDE Ordirtance by
committing to 51% MBE participation and documenting good faith effort, McClendon Construction Co.,
Inc. identified sevaral subcontracting and suppfier apportunities. However, ti�e firms contacted in the
areas identified did �at respond or did nat submit the [owest bids_ The City's MBE goal on this �roject
is 161%.
The 2Q�8 Bond Program funding was �ncl�ded in the 2021-2025 Capital lmpro�ement Program for
project PB0001. In order to adminisfrati�eiy track the spending of all funding sources in one praject,
appropriation ordfr�ances are needed #o move appropriatior�s from the programmable project to the
jointly funded static proj�ct. This action will update the 2021-2025 Capita! [mprovement Program.
apps.cfwnet.orglcouncil_packeilmc review.asp?ID=28578&councildate=111212021 2/3
v� s�2a2�
This project is located in COUNCl� DISTRiCT 3.
FIS��4L 1�lFORi�fATlO�lICERTI�ICATI4N:
, M&C Re�iew
The Director of Finance certifies that funcEs are available in the current o�erating budget af the Wat�r
& Sewer Fund and upon the approval'of the above recommendations and adoption of the attached
Appropriation Ordinanees, funds will be availabfe in the current capital hudgets, as appropriafed, in
the W&S Capital Projects Func� and 20i8 Band Pragram Fund farthe 20�8 �and Yr 3- Contract 5&6
project. Prior to any expenditure being incurred, ti�e Transportation & Puf�iic Works and Water
Departments have the responsibility to validafe the a�ailability of funcls.
Submiited #or City ilr7anager's Office by_
Origina�ing Department Head:
Additional Information Contact;
As iACbM��[ I S
Dana Burghdoff (8018)
Wiliiam Johnson (7801)
Maged Zaki (5�48)
2fl2Q2018CIPY3C5-MCCLENDON 34018 A021{R3).docx
2 2 2018CIPY3C5-MCCLENI]ON 56qQ2 A021{R2).dacx
M & C Map - 202018CIPY3C5-MCCLENDON{2),pdf
M & C Map - 2D2018CIPY3C5-MCCLENDC�N.pdf
apps.cfwnet.orglcouncil_pacEeeflmc_review.asp?1�=28578&councifdate-911212021 3/3
L#7 F ��IL' Y�R�11L�• YY��EcI��
'Ti•flEis��skrl��tion �w��d i'ublec Vl�ort��
�fF! 8 CIPYEAI� 3 — C'�i�T�tACT �
C.'i�,y l�re�.�ect I�rs. I(}l�S�
�Uilf?NUi1� �VO. 1
��n�f �: 1�4fat�r �r�[��x�vert�r�n#�
l.��it iI: �����to�t�' ��1V�C �111�1r`[�V�1ik�liFS
l���i# 11I: 1'avib�; IE�E�rexvcmenis
t1r��lrr��1��� �l�t. �: ��-k�ii?C� ��'�'i��a�y, IVrkvei�tlu�w• «. ��!?.�I
���vis�c� �;�c� ��a�n �l�#�: T���i���i�� l�lo����e�• ��, ����
Tl1a� �'1�Id�.a��[sG��i, fifrR�s G}zirl c}3'�IYir�'I,�n�, C`cse�l,•�octJ�}�tc�Gn�i71�� Spec;E�it��isa�i� k�sr tl3� it;,�,v� rc����e�:r��:c�! Prc+�?r�
�'t�tici rnca+� i� ie� [If+� c�ei�,i�iti€ `�pec�itic��iic+n� �i��d C.'bl1L�3i;t IJ�C EE17�CZ115_ �l�t�L'J' S�it�i! ��c�lc���3�v ��:d�� r�ce��[ of'�E�is
iit�€S�ll{flltll 131 tE�e s��r�ce �,rr�vicle{t J�t��nw, i�Y �f�e �r��{+o�a1(Sl?�'�'f�J1� �1� � I�ik} a��c� �«tc.now�c��;4' �'4;c;e���t t>�ti tE�e
c��te�' e�tv�lc���e ol vcr4�r I�ic�_ ��:a11<<E•�: i[� :�s:[,�rnwicci��. �•e�.uip� {�f El�i� }�cf{l�«tlu�� �:cst�l�! s��lx���:� lia+� E�icls��r �c}
cj isc� s��LiFic.rMt ic�� �,
-l�he p�aT�s si�d spec�EicatK�r� t�nc�3tnr��ts fc�r 2i� I R L`tP YEAR 3—Ci��i'�'I�AGT' S, C�!}� P�`nj��.[ �n. lfl I�a�? �tr�:
Il�P��1� ��VkS�d �}}� Ad�e��clum �r�, k �s f�fls��vs:
�pc�s'i�'i�:�#��>rt►� ��e.zior� i}[I I� 13 � f IVV�'I'��.'i.yt}l�l �N�r� �.rN�.r.��?�i� �u �re I��:k'L��.���`i1 iei its ei�tii�r.iy
ws�#t#� If�c A�i��c1�c�E rc��ise�[ loi[i�fiur� to�3i��rs. C:ti.��ges to t�eori�in�i u��l�vc:
+ ���vi�in� lE�e L�i;l [��x�n 1���.e.
�. ��JL'4'C�J�iL�iU�1`i �KC�ll�ll ��� �� =C.� Y����I�C�SA�., F�I�N1 tli �7� �;I�rfA�l?ll ir� it� c�l��i�ty�vi�h
f�IL' 1�Et#i4'flL'Ct 11f"Y19CL� I�iil J'r�r�����1. ���i1111�E'ti tl1 t��i' ITI1�Tifl�f IfICE11i��`:
a [111it -� 1�I�Crlk�t�. �1 fFcri� ?t� '`31? 7,{71{�i U��c��s�iE��d [:x�c�nvat�rst� by i'��x��" ���a��ity €���.�
�7��ki I�:VC�t,C� t{M ��{�c� r��fi� C,�r.
«�_Fnit 3.2�llii,r.nu1� �i ���e�n �I� "i �1.:3.(11�)I l.�nc�assii�€;d E�cr�v�tii�� l�}' I'CanL4 ��u�r�tily. h�s
la��n r�vis�cf E4� ee��cf _i,7.�[1 [�'�r_
3, C'��ns�M'���5ii+��� �kla�t�� M�:wve hc���� �l���n��c� ��� F{�II„�+�iug:
� ��4��[ {itJ: ��i1L'lJlo 1�}-��i�sl S�li4�ns far �ls�+�a�� Stfe�ls k�� laecn r�vi�ed. C'k�rk� �t�i�ili�:�l�s�r� {�ri
L�b�c�y lkvc ��i��i i�lurrr��r:r� A��� sfrc�.t iypieal s�:cLic;ns lyuve be��� r���o�cE� it� rc�d "5=' {'-iR (��Ft �,�1
F'�.A�'�: �;F�_Mf���' �'���Ak'�I,C�.A'I'I{��i �lz��fiLF3��fi�' FT'f� �? K 1 3�'°.
• �I�cex �i�A: �'�v�si�'f�}'��lCflR�ttifli3]}S f{q'{`ilI]�1�Si, S�1'tC:�5I11kYC'-�FE."C:il �3{�L�C.if CLl llic �,ro�ec� ���a�s �s
siie�:� 6��1., 'i'llrt; �w�pica� ��.t;i�orYs u�cE�ide i�uCct4xr �l�`iv+�, f_�cfce �lvei7�ie, I.�f�ev Avent�e, 1iui��f�ert
�lvenue und l�ier��ic �t3�eet_
■ Sl��e# 7��i: ['a��i.rtg C��snstru�.���an Dci�ils hflve �ieen a�derf ic� �i3e R��`c�,j�:cl [��t�i7k ;�x �€t�}��t 71kI1, 1�i�e
clet�ils i��c��i�i� P:�v�.rGo�,��� itc�:IT�ef��fi��•c;ui� �;e���,rR] !_,syc��Gt ci�ts�i� 3� i� 13�L}�s�8, [:'4anslru�ii�+n
,I��i�i� tiL,��ii :�:� � 3 I}-L)5 � k an{� C's}r��ira�ctic,M� .C�i�at (�3e,1��+:ai Exi�#.�r�� ai�d �'��apcsse€J F':�v�E���.i7i)
�.�c.���il _;� I�i [3-t�5i�.
�. r�o.�r,��r �������r�c��ro��
* F'��r� �'���a���4�c� Erari fi�s,�Mier��:�:: �}i�es �# ��cJ4ulu�j in I k�€� ��f�r�s
i�.a i=�•,-;.,., ; _, �;��� u.�{ ; �
� ��t �,. „ . , i.�i�� �,
,i,; ;�� .. ,
P�gc I uI�2
� i.,��l�e Avcn�ee; `!'i7� �ur�crsc c}k' ti7�.� nis[�: F� lc� infarm LEi� C'L?]�3"ifCEC1C i�lR� TJ{���� �13�i a��
�G����,miR��; �rr�s.I�cE it� �I�t irnn��.clia�� t�rea. '!'I�is'['�1.1V'f ��rc?je�.t i�3vs�riv�s i��sl�ie� ���,�v sta-ivew;G�s,
11��I� tk�m�,s, �iiii �icl�wallc n�3�ra;�es, -f-he 'I-Xl)(_�T ���}�i,41�`��cli�}�� �:c1����3�e �s u�lc��c}���e�, -1'li�
c.�i����rta����ts�he�l�i3kt I�s�r?f}f t� [�li', �fCtil' �—{'f�i3[�"kiC,� � C'f �; i�}I�S-�. flll.ltir ��r� CfCYC�t?�]eci t�3 Rt�r�
{an+.l c�c�m��c�c f.acicc �l��e�1��e ��rsL �_}r����� k_1i�i I I. Wa�e� ancf �J�II� ?, ���ilt:ry �c�5+cr
lmpresvee��eni� �ii'�t�a�anF�lct4. I 1�11`i' 3, P�avi���, im�arave��Gen! �ha'�ll bc��i� xw�i[Isc,u� �fe3�}'. I�lL` ill�Cf1�
is ci��rrp�eEe li�w rruj�.c�l iGnil ��vtoi{f H��,y �'+M�r,��re�c�ion �;�i�l'[�wt }��itk� -I'?�I][�"I�. �i�ltt' in��nt �� T�JCI'i- t�o
R�i�kdt.�' 1f�e nve3•all ��r�,3ec� sch�ct�ik^ i�r CEN[`a' C��s�s, B�d�Iers shail na�e �li�t crtt�w�r �c��t��l-k�c:l�t�t4
ac�tiv��t�s can �au p���'fc�r�teai �xt� �I�� e;ther s�rects uc�r��u`r���1V ti�itlr I.{�cicc �l�+cr�<<e L�eg�iui� tirsl
�snd Une��p[�i�d �e��.
. Lib�rcy A���o�:e: (:camu l�fu�ik�ssori �c:l�o�3E :�nd G�rt10 i�:f�����niti�y �el�ic���l ��a-� acij�icUii� ro 1��€s
��r�?��c9. '��sese sc3�a��� are �4�il��i�a {wia (�.� f31�rGi�s of` ti��s i�7eee {3) 131u�.1c sireeE ��r��xrnv��nei�t.
'I'FG�se rw�o {?} F�lc+c�:s xre f�rcrr�ti Lit�le, a�� �Ir�.t�l �{� I{txr��c 51r��:�_ Ir I,s uu�i��fstocs�l 4�i;�G af�t}�e�
i3n��t-�cedented tam�s, �i�arin�� �I�i4� ('i 1VTL} e�ridei7iic, rnav nr rriav r���l in��cr��: ��i�nrner ❑�y c;�n���s
lea�'ia����, 'I'I�e {:�r��#ri��,�i{�>> �cliccl�a�� �'{�r �kG��c �wo (2�� �31c�c�cs shall 1� ���,�i��:c� �4} �lir: s��iriir�er
mca��lft� ;r� 1r��kiri{���.��I�� ,7ra���o�a�. �jlou�d ori c�n�i�a�M.�s ��rtrr�����r I,t i�w��kcd {l�rin� t€�� Ss�mn�[��,
cnnstrtici�c>t� ��+c3rf;i�,4 �,�}in�� �a�i�l he fi���i��d �o �ve� schirol l,ac;k s��, �tiicl cfrcr�i ilt� t'd��7�S, �i7�
Cil�i�i'�Cf01' S17fL�I a�.5� Rlil�[ti; l.Vt'.i'�' t�ffa.rl't 1.L1 �V{7Cd C�E.SI't��}�1S}il [}� SC��IOL3� dC�iVl[IE,R .3T1�1 ft�a�F1t�11
�+���'r�rr�ala�� !'{3r ��uhlix: s���t�',
�1,igned cop}� o�`h�i�lenc���m Pii�, I si�c�uEc� ��c inc f�d�d in ihe seulccl E�o�E �:nvcx�uF�c' Fit �11� �iTr1e �f 1}id sE�h�i�il�[tL
�a:�iEur� to ack�ou� I��i�e ��ie re����l CF��idClc[�CC�ii1r �i3)_ I c�i.i I�! cn�se ti�t� ��ibjC�;t bs[�{�4r t�� 1'rr: c���4SJdered
"[�l4f�1T21:S1'C1?��� V�'.,�' 1'�.Sil�ltl�. Ll �L,`'C]Li�lL�14;�tican_
�1c:l�i���d�i[t� t�fc�. ]
���C1f�:lE�''I"11�I�?�l��'�1�Ll7iy�;�l��;�l-I�' 1�VaEli.�m �i,lM��.w,rr�
.�
C.)ii"��i'�Lll", �����
���' ��� � �
��jl`V �+JC1�'l#l, �_�_
C'sri�����ir��i��,�� �k, i� Prog��:�i7� fV#a�ua��:�•, �I-I�'�,
� �1. �3U� �$:�
AcC�3re�s�l���;;��,�'� �car�rr�
(`it}�: �t{klc:
�, � II' � r .t . . t,-.: I I� 1t ,
i II'. f'i: 44 .,.i I�� I�. .
1 Jv e�...l�.i �,: I
I�d��C � O f �
CITY OF FORT WORTH
Trans�rtation and Public Works
2018 CIPYEA,R 3 — CONTRACT �
City Pro,ject l�o. 1014a2
ADDEI�DUM .1�I0. 1
Unit I: ',�ater Impro�eme�ts
Unit I�: Sanitary Sewe r Improve rr�e nts
Unit III: Paving Inaprove�aen�ts
Addendum No. 1: Issued �Yiday, Novem&�r 13, 2020
Revised Bid ��en Il)at�: Thu�dav 1�TTo�embe� 19, �020
This Addendum, farms part ofthe Plans, Contractpocuments & Specifications forthe above referenced Project
and modifes the original Speci�cations and Contract Documents. Bidder shall acknowledge receipt of this
addendum in the space provided below, in the proposal (SECT�ON 00 41 QO) and acknowledge receipt on the
outer envelope of your bid. Failure to acknowledge receipt of this addend� could subject the bidder to
dis qualific ation.
The pla�ns aind specification docurnents far 2018 CIP YEAR 3— CONTRACT 5, City Project No. 101452 are
hereby r�vised by A�idendum No. 1 as follows:
1. Sgecifcatio�s Seciion 0011 13 — INVITATION TO BIDDERS to ire REPLACED in its er►tirety
with fhe Attached revised Initiation toBidders. Changes to the original include:
• Revising the Bid Open Date.
2. Speci�ications Sectian 04 �2 43 PROPOSAL FORM to be REPLACED in its entir�ety with
the Attached revised Sid Proposal. Changes to the origi�nal include:
� Unit 3 A�ternate A Item 2a "3123.0101 UncIassified Excavation by Plan" quantity has
been revised to read 68Q CY.
� Unit 3 Alternate B Item 2b "3123.D101 Uncla,ssified Excavation by Plan" quantnty has
been revi�ed to read 3,730 CY.
3, Canstruction plans have h�en changed as fol�owing:
s Sheet G9: Paving Typical Sections for Asphalt Streets has been revised. Curb stabilization orz
Libbey Ave and Humbert Ave street typ�cal sections have been revised to read "5" CTB 4R IN
PLACE CE1V�[VT STABILIZATION @2bLBS/SY PER 32 11 33".
s Sheet 69A: Faving Typical Sections for Concrefie 5treets ha�e been added to the project p�ans as
sneet 69A. The typical sections include Volc�er Drive, Locke Avenue, Libbey Avenue, Humbert
Avenue and Hervie Street. �
•�heet 70A: Pa�ing Construction Details have been added to the project plans as sheet 70A. The
dciails include �auement Steel Reinforcing General Layout detai132 12 13-D508, Construction
Joint detail 32 13 13-D511 and Construction Joint (Between Existing and Proposed Pavement)
detail 32 13 13-D512.
4. PROJECT CLARIFICAT�4NS
• Plan Construction Sequence: Sheet4 incItaded in the plans
No. 1O1452
a.�.+m„+;;� i
Page 1 of2
� Loc�ce Avenue: The purpose of tl�is note is to inform the Contractar that TXDOT has an
upcoming project in the innmediate area. This TXDOT project involves isolated new driveways,
ADA ratnps, and sidewalk upgrades. The TXDOT consiruction schedule is unknown. TI�e
construcfiion schedule for 2018 CIF, Year 3— Contract 5 CPN:101452 must be developed to start
and complete Locke Avenue frst. Once IJI�IIT 1, Waier and UNIT 2, Sanitary Sewer
Improvem�nts are complete, LJNIT 3, Paving Improvement shall begin without delay. The intent
is complete this project and avoid any construction conflict with TXDOT. The intent is NOT to
�inder the overall project schedule or UNIT tasks. Bidders sHall note that other construction
activities can be performed on the other streets concurrently with Locke Avenue beginning first
and completed fu�st.
Lib�ey Avenue. Como Montessori School and Como Elementary �chool are acfjacent to th�s
project. These schools are within two (2} Blocks of this three {3} BIock street improvement.
These twa (2} Blocks are from Li�tlepage Street to Horne �treei. It �s understood tnai these
unprecedented times, during the COVID epidemic, may or may not invoke summer on camp�as
learning. The Construction Schedule for these two (2} Blocks shall be limited to the su�nrrter
montt�s as traditionally �ormal. Sho�Id o.r� cannpus learrzing be invoked d�ring the sumrrrer,
construction working hours will be limited to avoic� school pick up and drop off t�mes. The
Contr�ctor shall also make every effort to avoid disruption of school activities ar�d heighten
parameters for public safety.
A si�med copy of Addendum No. 1 shauld be included in the seated bid envelope at tY�e time of hid s�bmittal.
Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered
"NONRESPONSIVE," resulting in disqualification.
Addendu�n No. 1
RECECPT ACKNOWLEDGEMENT: Wil�iam ]ohnson
Di�ecto,r., TPW
By: By�
Mary Hanna, P. E.
Compan�l�� ,. Arogram Manager, T�'W
�?�, �� �t� �.
Address�t��� ,�3r�,�'X ��r�r,�
City: State:
.s2
�
Page 2 of 2
���r c�� e��T �+r�����E�
7ti�a�tspariat����s auci.�'kii�iie W�+rks
�r�� � crr�r,�r� � �- r:��r�a��' s
['i�,y !'iw,,jerr I���. 1D1�5�
�LIIU�+s[�lllfl� �](l. �
lR�3t M: '4��e�• C������•�v����eii��
!lnil 1�: ��knii.ity Sa�ver l��i�e�vement�
Ll�il Ilf: �'s�ti�i��g 1m�3��rve#��erKf�
A�de�wduna �Yt�. �: [���re�i f��'�an�li�y, 1lfnvcmbcr IG. 2f}�0
�3id [)�en i1,�te: �'i14L�3�IAY I�OYi;I�i�Ci' ��, �(�2i1�
1'liis �1cE�l�n�4�nt, f01']]]5 �}FYI'L Cf�I t�lf F�JIi,�. {.{rfiCJ'.{�t �3��c:airll���l� �'c �la���ii��t��i�o�s tarl.f�e ab�ve r��erencod PR'r+�c�.;
ilfi� lllC]{�Ef11;5 ��1�L71'461r�A; S£]C:t'�ifCa�IRIT}4,mc1[:trnGr�tctl�oca�tti�fts, i�i�d���s�7alEaCknC�lYlec����'C���:I�i{�FI�11�
a�ic3r.a��Cu�7� in lh� sp��;�: }�E�ovicie�l b��c+�v, in ti�e propas�I ���CT�[�T� {}i� �� l f1Cl) ���7<I ,�c:keM�w a�slge rc�'cipk an lhe
�+u[er' �s��v���c}��� �t-yc��u� E�id_ �'€�if<<��c �E� a��[Mc,��r actR�c r�c:�i�l �of I I�is :�� i�leizd��n� caulc� s�,bject [�7e bi�cte� ��
�iist��al��c�x [nra.
T��e ����ms an41 ��auc;i�'ic�{�i�+�it c��t;urrt�r��; �i�r �lN� }i Clf` YI?A�# ;i —�,t�M11 ��i�1i��1' S, C'ity ]:'ec�,}ecl I�lo. I�i4�� bre
IxeEeby ��:v�sed �Y �1s��[enct�am �C}. � r�5 fCSI�OWS'
1. C��r���ree�ii;,j� ��r�t�� Iiqlk'4 I�.cn �#F��ia�;�ck �s lullo�wiog:
-���e�;k 7(�: �':i�99i� C.(}li`;�I"lai:ifUfkL�E�tiil3 L1fLi' E7�.�i1!'�VL4�{�, Res�d�r�ti€�E l;o�icrc'tcS�r�;{.l S�:�ti�,n {I_.) 32 I;
[ 3-I)-5i}� ant! C'oe�siruct=or� .� o�i3r (�3c��re�i� ��i5H�7� ��'�c3 �'i's���s.r.wc��t !'t���ert�en!) 3? ] 3 E 3-�i �� has l�ec4n
remt�v�€�_ �ee Addei7dutrt 3�lsee� (,�i� ti�r �'y��c��il �_:��nc;rcte �lree� �ectians a��d �3�ee� 713f1 li�r
�C±t13t1'4CGLi€}Il ,Ti1117t (F3e�wee�� E�isTira�.; tGri[l �'rtr�a�as�aci !'avesr3ent) 3� f3 �3-E)�E?_ tl�ajllif}115I t�CtfliC��
uxcx��c�e ].:r������siu��,�iFirx� �2 13 13�t�5� 3, �:oi�tra�iic�n �o�nt 3? C3 13-1.7515, !{cc�wcs{�c� �.xp�nsi�,ri Jcx�nt
I)c�t�if '#2 13 l 3-1�� I 7, ar�d Loh���udinsl l�avu�� SectirF» �� 13 I:3 • E)5 t{� lr�+re bce� �cide€�.
A s i�,ne�1 C�1�� lFf A�tE[.�l�liRl i��7� ? 9IZC1lklif I?[; ��1C El�c�i`c� II1 rl �r ��c;�lc:�i bicl er�vel{��,� a� ti�� t�i��e t�t� hici �uirrt�i��t�l.
l��i��r�� to �cic��3k�'�ed�}� rl�e rr�.�.i��l n�11�Edrnt���n7 rJ+�. ? cso�ilc� ��i�ise lkie suhj�c�t �iddei� �€a fae �:�x��side�'�r�
`'l�[)T�RFS�'�1N�k1��:," rr����t�n,� in cfis��<<�Jif�cation.
AcJd��c��E�n �l�x, �
I�f.;�:E�;l�'"!� �'t�1�{�Wl.�.l7�;E�4LEI�'T: Wilii��n _It3i�n�c���
_}ir�cin�, -I"i' W
�3y; � �3y; �
1�lary lia�r�� €'.�_
C���n���i��+; f'rr��e�rn F1+1�ttt���.r. 'I-I'V��
f :�. iJ{�� �� +.+7h7f��� LYc4� 1�
l+�slils'+;s�: '�
� `+�F' �
(:ikv; 5t�tc:
2,�ihr�n� �,t�a�r, � _;�t�hal�d�,:��r't
i',sr� I'ntji*c! ks, Itr�dS'a
:�L�Ir.nJu�n ''
�P+��e 1 uF I
CITY OF FORT WORTH
7�ransgnrtation and Public Works
�018 CIPYTAR 3 — COT�ITRACT �
City Project �o. 1014�2
ADDENDUM 1�T0. �
Unit I: Water Improvements
Unit II: Sanitar� Sewe r Improve me nts
Unif III: Paving Improvements
Addendum No. 2: Issaed Monday, No�em�r 16, 2020
Bid Open Date: Thursday l�Tovember 19, 2020
This Addendum, forms part of the Pians, Contract Dacuments & Spec ifications for the above referenced Project
a�d nnodifies the ariginal Specif'ications and Contract Dacuments. Bidder shall ac%��owledge receipt of this
addendum in the space provided below, in the proposal (SECTION 00 41 00} and acknowledge receipt on the
outer envelope of your bid. Failure to acknowiedge receipt of this addendum couid subject the bidder ta
disqualification.
The ptans and specification documents for2018 CIF YEAR 3— CONTRACT 5, City Project No. IQ1�452 are
hereby re�ised by Addendum No. 2 as follaws:
'I. Construction plans have b�en changed as faliowing:
� Sheet 70: Paving Construction DetaiIs has been revised. Residential Concrete Street Section (L} 32 13
13-D-502 and Construction Jomt (Between Existing and Proposec� Pavement) 32 13 13-D512 has been
remaved. See Addendum 1 Sheet 69A for Typical Concrete Street Sectioz�s and Sheet 70A for
Construction 7oint (Betvween Existing and Proposed Pavement} 32 i3 13-D512. Additional details
include Expansion Joint 32 13 13-D513, Contraction Joint 32 13 I3-D515, Redwood Expansion Joint
Detail 32 13 13-DS l 7, and Longitudinal Fa�ing Section 32 13 13-D5 � 9 ha�e been added.
A signed copy of Addendum No. 2 should be included in the sealed bid envelope at the tirne of 6id submittal.
�ailure to ackraowledge the receipt of Addendunn No. 2 could cause the subject bidder to be considered
"NONRESPONSIVE," resulting in disquaIification.
Addendum No. 2
RCCEIPT KNO�]VLEDGEMENT: Williarr� Johnson
irector, TP VI/
By: By:
Mary Har�na, P. E.
Corr�pany: Program Manager, TPV`1
. i' �� �l.�$i�l�°�# �,, �.o
Address: �`�' �� ��
�, �
City: State:
�01452
.;�dum 2
Page ] of 1
001] 13
Ih'VITATIOI�i TO BIDDERS
Page 1 of 4
SECTION 00 11 i3
INVITATION TO BIDDERS
RECEIPT OF BIDS
Due to the COVID 19 Er�aergency declared by the City of Fark Worth and until the emergency
declaration, as amended, is rescinded, sealed bids for the construction of �41$ CIP, YEAR 3—
CONTRACT 5, Unit 1— Water Improvements, Unit �— Sanitary Sewer Improvements, and
Uni� 3- Paving Improvements, City Project No. 101���, ("Project") will be received by the
City of Fort Worth Purchasing Office until, 1:30 P.M. CST, Thursday, NOVEMBER 19, 2020
as furfher described below:
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 761 D2
Bids will be accepted by:
1. US Mail at the address above,
2. By caurier, FedEx or hand delivery from 8:3Q-130 on Thursdays only at the South End
Lobby of City HalI located at 2U0 Texas Street, Fort Worth, Texas 76102. A Purchasing
Departmeni staff persan will be auailable to accepi the bid and provide a time sta�tnped
receipt; or
3. lf the bidder desires to submit the bid an a day or time ather than the designated
Thursday, the bidc�er must contact the Purchasing Department during normal working
hours aY $17-392-2462 to mal�e an appointment to meet a Purchasing Depa.rtment
employee at the Sauth End Lobby of City Ha11 located at 200 Texas Street, Fort Worth,
Texas 76102, where the bid(s} will be received arrd time/date stamped as above.
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and
broadcast through Iive streann and CFW public television which can be accessed at
htta://fortworthtexas.�ov/fwtv/. The general public rvill not be ailowed in the City Council
Chambers.
In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office,
bidders shall e-mail the com�leted MBE forms to the City Project Manager no later than 2:00
p.m. on the second City bus�ness day after the bid opening date, exclusive ofthe b�d opening
date.
GENERAL DESCRIPTION 4F WORK
The major work will cansist ofthe (approxirr�ate) fallowing:
Unit � : Water Impravements:
485b LF —$" Water Line by Open Cut
9 EA — S" Gate Valve
4 EA — Fire Hydrant
128 EA — �" Water Service
Unit 2: Sanitary Sewer Improvements:
764 LF 8" Sewer Pipe by Open Cut
3625 LF 8 Sewer Pipe by Pipe Enlargement
CITY OF FORT WORTH 2O18 CIP Year 3— Coniract 5
STAAlDARD CONSTKUCTION SPECIPICATION DOCUMENT3 City Project No.: 101452
Temporariiy Revised Aprii b, 2Q2D due to CbVID14 Emergency ADDE�fDCJM I
ao �i i3
INVITATION TO BIDDERS
Page 2 of4
11 EA 4' Manhole
2 EA S' Manhole
72 EA 4' Fiberglass Manhole
136 EA 4" Sewer Service
Unit 3: Paving Improvem„ents:
12,274 LF — 6" Concrete Curb and Gutter
16,350 SF — 6" Concrete Driveway
23,120 SY — I 1" Pauement Pulverization
23,12Q SY — 3" Asphalt Pavement
14,120 SF — 4" Concrete Sidewalk
PREQUALIFICATION
'Fhe impravements included in this project must be perfarmed by a cantractar who is pre-
qualiiied by the City at the time of bid apening. The procedures for qualificatian and pre-
quali�ication are outlined in the Section 00 2 i 13 — INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be e�amined or obtained on-iine by visiting the City
of Fort Worth's Purchasing Division website at hftp://www.fortworthtexas, a�vlpurchasin�/ and
clicking on the link to the advertised project folders on the City's electronic document
management and collaboration system site. The Contract Documents may be downloaded,
viewed, and printed by interested contractors and/or suppIiers.
BID DOCUMENTS FOLDER:
Copies of the Bidding and Contract Documents may be dawzaloaded at
h s://docs.b360.autodesk.cam/sharesllabb2579-ecf6-4a7G-b32a-ce702b7a�27
ADDENDUM FOLDER:
Capies af any issued addendum may be downloaded a#
htYps://docs.b360.autodesk.cam/shares198d9581 b-e35a-4680-b816-74f3afadf8ba
Copies of the Bidding and Contract Documents may be purchased f:rarn Str�az� Water Group,
Inc., 6737 Breniwood Stair Road, Suite 230, Fort Worth, 'Fexas 7&112. Due ta the C4VID19
Emergency declaration Bidders shall coordinate the purchase and exchange of any documents by
e�n-iail to areim@,streamwa�er�p.com ar�d/or telephone at 972-898-5685:
The cost af Bidding and Contract Documents is:
Set of Bidc3ing and Contract Documents with full size drawings: $150.00
Set of Bidding and Contract Documents vvith half size {if available} drawings: $120.00
CITY OF PORT WOI2TFI
STANDARD COAlSTRUCTION SPECIFICATION DaCUMENTS
Temporarily Revised Apri16, 202a due to COVIDI9 Emergency
2018 G[P Year 3-- Contract 5
City Project IVo.: 101452
ADDENDUM 1
Oflll13
INVITATION TO BIDDERS
Page 3 of 4
PREBID CONFEREI�TCE
A prebid conference may be held as discussed in Section DQ 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: November 4, 2020
TIME: 9:00 AM
If a prebid conference will be held online via a web conferencing appfication, invitations will be
distributed directly to those who ha�e submitted Expressions of Interest in the project ta the City
Project Manager and/or the Design Engineer. The presentation given at the prebid co�nference
and any questions and answers provided ai the prebid con�'erence will be issued as an Addendum
to the ca11 for bids.
If a prebid conference is not being held, prospective bidders can e-mail questions or comments in
accordance with Sectian 6 of the Instructions to Bidders referenced above ta the project
manager(s) at the e-mail addresses listed below. Emailed questions wi11 suffice as "questions in
writing" and the requirement to formally mail questions is suspended. If necessary,
Addenda wilt be issued pursuant to ihe Instruciions to Bidders.
CYTY'S RIGHT TO ACCEPT OR REJECT BXDS
City reserves the right to waive irregularities and to accept or reject bids.
AWARD
City will award a contract to the Bidder presenting the lowes� price, qualifications and
competencies consic�ered.
INQU�RIES
Alt inquiries relat�ve ta this pracurernent sho�ld be addressed to the follawing:
Attn: Maged Zaki, P.E, City of Fort Worth
EmaiL' Maged.Zaki(a7fortworthtexas.�
Phone: (817} 392-5448
AND/OR
Attn: MD Shamsul Arefin, P.E., Stream Water Group, Inc.
Email: arefin tnre,streamwater�rou .n com
Phane: {972) 89&-5685
EXPRESSION OF INTERSEST
To ensure bidders are kept up to date of any new information pertinent to this project or the
COVIDI9 emergency declaration, as amended, as it may reiate to this project, bidders are
reyuested to email Expressions of Interest in this procurement to the City Froject Manager and
the Design Engineer. The email should include the hidder's company name, contact person, that
individuals email address and phone number. All Adclenda will be distributed directly ta those
who ha�e expressed an interest in the procurement and will also be posted in the City of Fart ,
Warth's purchasing website at htip://fortworthtexas.gov/purchasing/ �
PLAN HOLDERS
To ensure you are kept up to date of any new infarmation pertinent to this project such as when
an addenda is issued, download the Plan Holder Registration form to your computer, complete
and emai] it to the City Project Manager and the Design Engineer.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANBARD CONSTRUCTION SPECIFICATION DOCiTtvIENTS City Project Nn.: 101452
Temporarily Revised Apri16, 2020 due to COVIDI9 Emergency ADDENI7UM I
00 11 13
INVITATION TO BIDDERS
Page 4 of 4
The City Project Manager and design Engineer are respansible ta up�oad the Plans Holder
Registration farm to the Plan Halders folder in BIM360.
Mail your comp�eted Plan Holder Registration form to those listed in INQUiRIES above.
ADVERTISEMENT DATES
October 22, 2020
October 29, 2020
END OP SECTION
CITY OP FORT WORTH
STAFYDARD CONSTRUCTION SPECTFICATION DOCUMENTS
Temporarily Revised April 6, 2020 d�e fo COVIDI9 Emergency
201$ CIP Year 3— Gontract S
City Projeci No.: 101452
AI}DEt�1DllM 1
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
SECTION 00 �1 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Terms used in ihese INSTRUCTIONS TO BIDDERS, which are defined in Sect�on 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional tertns used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable ta both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corparation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresiden� Bidder: Any person, ium, partnership, company, associaiion, or
carporation aciing direct�y tlazough a duly authorized z'epresentative, submitting a
bid far perfornning the work contemplated under the Contzact Dacuments whose
principal place of business is not in th.e State of Texas.
1.23. Successful Bidder: The lowest responsible and responsive Bidder to wham City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Sidding Documents
2. I. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
z-esulting from the Bidders use of incomplete sets of Bidding Docunnents.
2.2. City and Engineer in making capies of Bidding Dacuments avaiiable 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. Prequalification af Bidders (Prime Contractors and Su�contractors)
3.1. All Bidders and their subcontractors are required to be prequalified for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not pz'equaliiied shall not be opened and, even if inadvertently opened, shall not b�
considered. Prequalification requirement work types and documentation are avai�able
by accessing all required files through the City's website at:
h�tns://anps.fartwarthtexas.�ov/Pro iectResources/
3.1.1. Paving — Requirements document located at;
https://apps. fortworthtexas. �ov/Proj ectRespurces/ResourcesP/02%20-
%20 Construction%20Documents/Contractor%20Prepualification/TPW %20Pavin�
°/a20Contractor%20Prequalifcation%20Pro�ram/PR �UALIFICATION%20RE�
UIREMENTS%2QFOR%20PAVING%2000NTRACTORS. df
3.1.2. Roadway and Pedestrian Lighting — Requirements document located ai;
CITY OF FORT WORTH 2D18 CIP Year 3— Gontract 5
STANDARD COI+ISTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452
Teinporarily Revised Apri124, 2020 due to COVID 19 Emergency
00 21 13
INSTRUCTIONS TO BIDDEItS
Page 2 of 10
https://apps.fortworthtexas. og v/ProiectResources/ResourcesP/42%20-
%20Constzuction%20Dacuments/Contractor%20Prequalification/TPW %20Roadwa
v%20and%20�edestrian%20Li�htin�%20Prequalification%20_Pro�ram/STRF_ET%
20LIGH�'%20PREQUAL%24REQMNTS.pdf
3.1.3. Water and Sani#ary Sewer — Requirements document located at;
https://apps.fortworthtexas. og v/PrajectResources/ResourcesP/02%20-
%20Construction%20Documents/Con tractor%20�'xequaliiicatian/ W ater%20and%2
0 S anitary%20Sewer%20Contractor%20�'requaii� cation%20Pro �ratn/W SS%20pre
gual%20z��quirements.t�df
3.2. Each Bidder, unless currently prequaIified, must submit to City at least seven (7) calendar
days prior to Bid opening, the docnmentation identified in Secrion 00 45 11, BIDDERS
PREQUALIFICATIONS.
3.2.1. Submission of andlor questions related to prequalification shauld be add�-�ssed to
the City contact as proviidec� in Paragraph 6.1.
3.2.2,T�1+�1PC�RAI�Y P�tCI�'F.1�1_]�.� i]�fF, -I'f} {'{l�[tl• 19: !1 �iarlc�er wl,nse
�re�u�tEii�i�F�t�r�r� 1��� ex�irc� r�uri�g �hc iirnc }a�ricad w�efc � v�lt�i cmcrg�ric� ordc�
i:� in �}l��c {i'crl�r�l. wE,��c, I{�c�l );Mn�l fc�r ��1 ��y� ��s� �iic cx�i��atiuiti �sf �l�e
enler��:r��y {FrcEt� wi11s lEt� �'ur�Erc�t c�pirati�3� d��c —}�y �ay an� ��1�Fnt1i, w�11 n�t be
u►��coi,s,ilE�:a�1}' �i�t]ke3�iile[C [C�ri11 j1[aViCl� thc Bid,�er'� k+�� «��.ne�_ A Q���e�� ir� fhis
sit�arioir �if! ��s��� i�s hid o�ene� �yr�d r�ac� �lourl and �vil l�,e xl k{�wecl � hME��ness
d�vs (���se of b��sfness �o t17e �`�' day} [a su�rmii a cnn7�rR�fic pr�y��al� €icrti inn
ten�ur�l �r�cka�e. H�ilue� #c� InneMy wabmii, [}r xuhm�ik��l ol�an i�C{,o��pie�� ��3�kdge:,
wi�1 fer�cier Ihe i3at�def`�s k}id n4,a�Yre���n�:ave_ �I`�hc �,r�c��3;�fitic3la❑n rvare�r+.:C
daGv�cr�i� �ho�v I€t� I�4{�tI$f }S:i fli}Vd iusC-[�u�Eo�iee3, �Itc �aid wil] txe r�ndcred rit�n=
res}x�nsivc. �� E�i�kc3�.r nt:�y nc�� �;c �l�i�.;xce�siiot� �u scek � pi�e�}ualific�tia�� siaft�s
�t�ea�er �E�a�� �iE�� �vlsicli �vas iti plac� nt-�Ite date o�-expi��atiaa. ,r1 Bid�i�sf w�� see6��
to €i��:te��e t�s p«.r�t���Ei�ca�ioi� status i�yus� fa3low rF�e tradi��a€���I ���b�nill�3lr�vi�.�w
�process,
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder(s) for a project to submit such additianal information as the Ciry, in its sole
discretion may rec�uire, including but not limited to maripawer and equipment records,
information about key personnel to be assigned to the project, and construction schedule,
to assist the City in evaluating and assessing the ability of the apparent low bidder{s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recomm�ndatian� regaz�ding ihe award of a cantract wi11 be made to the
City Council. Failure to subzxiit the addiiaanal information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected cantractors will be
notified in writing of a recommendation to the Ciry Council.
3.4. In addition to prequalii'ication, additional requirements for qualification may be requized
within various sections of the Contract Documents.
CITY OF FORT WORTl�
5TANDAR� COIVSTRUCTION SPECIFICATTON D�CUMENTS
Temporarily Revised April 24, 2020 due to COVID 19 Emergency
20I8 CIP Year 3— Conlract 5
City Project No.: 101A52
OD 21 13
IIVSTRUCTIpNS TO BIDDERS
Page 3 of 10
4. Examinatian of Sidding and Contract Documents, Other Reiated Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4. l.1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents {including "technical data" referred to in
Paragiraph 4.2. below). No infonnation given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda fhereta, shall be binding upon the City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, locai and
sife eonditions that may affect cost, progress, performance or furnishing of the
Work.
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
progress, perforrnance or furnishing of the Work.
4.1.4. Study all: (i) reports of explorations and tests af subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmenfal Conditions, if any,
at the Site that haue been identiiied in the Contract Docuxnents as containing
reliable "technical data."
4.1.5. Be advised that the Contract Documents on file wzih the City shall constitute all of
the information which the City wiIl furnish. All additional information and data
' which the City will supply a$er pramulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actuaIly written into the original
Contract Documents. No information given by tl�e City other than that contained in
the Contract Documents and off"icially promulgated addenda thereto, shall be
binding upor� ihe City.
4.1.6. Perfarm independent research, investiga�ions, tests, borings, and such oiher means
as may be necessary to gain a complete l�owledge of the conditions which will be
encauntered during the consiruction of the praject. On request, City may pro�vide
each Bidder access to the site to conduct such examinations, investigations,
explorations, tests and studies as each Bidder deems necessary for submission of a
Bid. Bidder must fill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and studies.
CITY OF PORT WORTH
STANDARD CONSTRUCTIOT! SPECIPICATION DOCUMENTS
Teinporari�y Revised April 24, 2020 due w COVIDl9 Emergency
2018 CIP Year 3— Contract 5
City Project No.: 101452
QO 21 13
INSTRUCTIOIIS TO BIDDERS
Page 4 of ] 0
4.1.7. Determine the di�icu�ties of the Work and all attending circumstances affecting the
cost of doing the Work, time required for its completion, and obtain a11 information
required to make a proposaI. Bidders shall rely exclusively and solely upon their
own esti�nates, investigation, research, tests, explorations, and other data which are
necessazy for full and coxz�plete information upon which the proposal is to be based.
It is understood that the subzrxissian of a proposal is prima-facie evidez►ce that th.e
Bidder has rnade the investigafion, examinakians and tests herein required. Claims
for additional compensation due to variations between condifians actually
encauntered in construction and as indicated in the Contract Documents will not be
allowed.
4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections ar interpretatians as may
be deemed necessary for fulfillment o�'the intent of the Contract Documents.
4.2. Reference is made to Section 4� 73 00 — Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
'The logs of Soil Borings, if any, on the plans are for general in£onnation anly.
Neither the Cit� nor the Engineer guarantee that the data shown is representati�e of
conditions which actually exist.
4.2.2. those drawings of physical condinons in or relating to existing surface and
subsurface structures {except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may nat be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02, of the General Conditions has been identified
an� established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any oth.ez- data, interpretations, apinions or information.
�F.3. The submission of a Bid will constitute an incontro�vertible representation by Bidder (i)
fhat Bidder has complied witl� every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upan performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences ar
procedures of construction {if any) that may be shown or indicated or expressly required
by the Contract Documents, {iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicis,
etc., have not been resolved through the interpretarions by City as described in
Paragrapi� 6., and {iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of a11 terms and canditions for performing and furnishing the
Work.
CITY OF FORT WORTH
STANQAAD COASSTAUCTION SPECIFICATION DOCUMENTS
Temporarily Ite�ised Apri124, 2p20 due to COViD 19 Emergency
2018 CiP Year 3— Conhact 5
City Project No.: 101452
00 21 13
INSTRUCTIO]+IS TQ BIDDERS
Page 5 of ] 0
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Wvrk, Etc.
5.1. The lands upon which the Wark is to be performed, rights-af-way and easements for
access thereto and other lands designated for use by Contractor in performing the Wark
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction eyuipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obiained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Ouistanding right-of-way, easem�nts, and/oz' permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary CQnditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves t}�e right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executec� right-of
way, easements, and/or permits, and shall submit a schedule to the City of how
construction wilI proceed in the other areas of the project that do not require permits
and/ar eas�ments.
6. InYerpretations and Addenda
6.1. Atl questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on ar before 2 p.m., the Monday prior to the Bid opening. Questions
received af�er this day may not be responded to. Interpretations or clariiications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda wall be binding. Oral and other
interpretaiioans or clax-z�catians will be without legal effect.
Address questions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attn: Mary Hanna, P.E., Transportation and Public Works
F�: (8l7) 392-& l95 (Update w/ TPW}
E�nail: Mary.Haz�na[�a,fortworthtexas.�ov
Phon.e: (817)392-5565
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
CITY pF PORT WORTH 201 S CIP Year 3— Contract 5
STANDARD COATSTRUCTION 5PECIFICATION DOCiJMENTS City Project No.: 101452
Tchnporarily Revised Apri124, 2020 due to COVIDl9 Einergency
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
6.3. Addenda or clariiications may be posted via the City's electronic document trnanagement
and collabaration system at htt s://docs.b360.autodesk.com/ ro'ects/eb33b901-dcb9-4764-
be87-75dS5ec07b3c/folders/urn:adsk.wibnrod:fs.folder:co.iZ3r s6uTs6d8WwpYVTIOw/detail .
6.4. A prebid conference may be held at the ti�ne and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City wili be present to discuss the
Project. Bidders are encouraged ta attend and participate in the conference. City will
transmit to all praspect�ve Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Seeurity
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price on forrn attached, issued by a surety meeting
the requirements of Paragraphs 5.01 of the General Conditions.
72. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award
ha�e been satisfied. If the Successful Bidder fails to execute and deliver the complete
Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
default, rescind the No�ice of Award, and the Bid Bond of that Bidder will ba forfeited.
Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other Bidders whom Ciry believes to have a reasonable chance of receiving the award
will be retained by City until f�nal contract execution.
$. Contract Times
The number of days within whick�, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for Iiquidated damages are set forth in the Agreeraent.
10. Substitute and "Or-Equal" Itenns
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated ar specified in the Bidding Documents that a°substitute" or'br-
equal" ite�n of material or equipment may be fiunished ar used by Contractor if acceptabie to
City, application for such acceptance will not be considered by City until after the Effecrive
Date of the Agreement. The procedure for submission of any such applieaiion by Contractor
and consideration by City is set forth in Paragraphs 6.05A,, 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of �Yie General Requirements.
11. Subcontractars, �uppliers and Others
C1TY OF FOIZT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SI'�CiFICATION DOCUMENTS Ciry ProjecC No.: ]01452
Temporarily Revised Apri124, 2020 due ta COVID 19 Emergency
oozi i�
INSTRUCTIONS TO BIDDERS
Page 7 of ] 0
11.1. In accordance with the Ci�y's Business Diversity Enterprise 4rdinance No. 2002U-
12-2Q 11 (as amended), the City has goals for the participation of minority business
and/or srnall business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Utilizafion Form, Prime Contractor
Waiver Farm andlor Good Faith Effort Form with documentation and/or 7oint
Venture Form as appropriate. T'he Forms including documeniation must be z'eceived
by the City no later than 2:00 P.M. CST, on the second business day after the bid
opening date. The Bidder shall obtai� a receipt from the City as evidence the
documentation was received. Failure to comply shall render the bid as non-
responsive.
11.2. No Contractor shall be required to emplay any Subcontractor, Supplier, other person
or organization against whom Contractor has reasonable objection.
1�, Bid Form
12.1. The Bid Form is included with the Bidding Docuxnents; additionaI copies may be
obtained from the City.
12.2. A11 blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alteratians shall be initialed in ink by the person signing
the Bid �'orm. A Bid price shall be indicated for each Bid item, alternative, and unii
price item listed therein. In the case of optionai alternatives, the wards "Na Bid,"
"No Change," or "Not Applicabie" may be entered. Bidder shail siate the p�ices,
vvritten in ink in both words and numerals, for which tlie Bidder proposes to do the
work contemplated or furnish materials required. All prices shalI be written legibly,
In case of discrepancy between price in written words and the price in written
nzunerals, the price in written words shall govern.
12.3. Bids by corporatioas sha11 be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of autharify to
sign. The corporate seal sl�all be affixed. The corporate address and state of
incorporation shall be shown beIow the signature.
12.4. Bids by partnerships shall Ue executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official adciress of the partnership shall be shown below the
signat�are.
12.5. Bids by limited Iiability companies shall be executed in the name of the firm by a
mexnber and accompani�d by evidence of authority to sign. The state of formation of
the fiz-nn and the ofiicial address of the f�rm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint venlures shall be executed by each joint venture in the maz��er indicated
on the Bid Form. The official address of the joint venture shall h� shown.
12.8. All names shall be typed or printed in ink below the signaiure.
C[TY OF FORT WORTH
STANDARD GONSTAUCTION SPECIFICATION DOC[I1ViENTS
Temporarily Revised Apri124, 2020 due to COVIDl9 Emergency
2018 C1P Year 3— Contract 5
City Froject No.: 101452
aoai i3
1NSTRUCTIONS TO BIDDERS
Page 8 of 10
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be fxIled in an the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. E�idence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided sn accozdance with Section 00 43 37 — Vendor Compliance
to Sta.te Law Nan Resident Bidder.
13. Submission of Sids
Bids shall be submitted on the prescribed Bi� Farm, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required dociunents. I� the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
]4. Madi�eation and Withdrawal ofBids
14.1. Bids addressed to �e Purchasing Manager and filed with the Purchasing Office
cannot be withdrawn prior to �e tirne set fox bid opening. A request for withdrawal
must be made in writing by an appropriate document duly executed in the manner
that a Bid must be executed and delivered to #he place where Bids are to be submitted
at any time prior to the opening of Bids. After all Bids not requested for vs+�thdrawal
are opened and publicly read aloud, the Bids far which a withdrawaI request �as been
progerly filed may, at the option af the City, be returned unopened.
1�.2. Bidders may madify their Bid by eIectronic conn�munication at any time prior to the
time set for the closing of Bid receipt,
15. Opening of Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of �he amounts of the base Bids and major alternates (if any) will be made available
to Bidders after �he opening of Bids.
16. Sids to Remain Subject to Acceptan�e
All Bids will remain subject ta acceptance for the time period specified far Notice of Award
and executson and delivery of a complete Agreement by Successful Bidder. City may, at
City's sole discretian, release any Bid and nullify the Bid security prior to that date.
17. Evaluation of Bids and Award of Contract
CdTY OF FORT WORTH 2Q18 CIP Year 3— Contract 5
STANI3AAD CONSTItUCTION SPECIFICATION DOCUMEIVTS Caty ProjectNa.: ]01452
Temporarily Bevised April 24, 2020 dua ta COVIDI9 Emergency
00 21 13
INSTKUCTIONS TO BIDBERS
Page 9 of 10
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or aiI nonconforming, nonresponsive, unbalanced or canditional Bids
an�d to x'eject the Bid of aany Bidder if City beIieves th.at it wauld not be in the best
intere,st o�the Project to �nake an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by City. City also reserves
the right to waive informalifies not involving price, contract time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of iigures and the coreect sum thereof will
be resolved in favor af the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
amang the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defauIted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has �ncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awardea.
17.2. City may consider the qualifications and experience of Subcontz-aciors, Suppliers, and
other persons and organizations pzoposed for those portions of the Wark as to which
the ideniity of Subcontractors, Suppliers, and other persons and organizatians must
be submitted as provided in the Contract Documents or upon the request of the City.
City also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of materials and eyuipment proposed for
incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
eval�ation of any Bid and to establish �he responsibili�y, quaii�cations, a�nd financial
ability o� Bidders, praposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction vvithin the prescribed time.
l 7.4. Contractor shall perfonn with his own organization, wark of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If ihe Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaivation by City iadicates that the awaard wi21 be in ti�e
best interests of the City.
17.6. Pursuant to Texas Gavernment Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder uniess the Nonresident Bidder's bid is lower than
the lovvest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder wouid be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
CITY OF FORT WORTH
STANDAR.D CQNSTRUCTIOi�I SPECIFICATION UpCUMENTS
7emporarily Revised April 24, 2D20 due to COVID19 Emergency
2018 CIP Year 3— Contract 5
City ProjectNo.: 101452
00 21 13
INSTRUCTIONS TO BID➢ERS
Page 1D of 10
17.7. A contract is not awarded un�il formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No afiher act of City or others will constitute
acceptaz�ce of a Bid. Upon the contractar award a Natice of Award vcTi11 be issued by
the City.
17.7.1. The cantractor is required to fill out and sign the Certificate of Interested
Parties Form 1�9� and the form must be submitted to the Project Manager
before the contract wi[E be presented to tbe City CounciL The form ean be
obtained at https://www.ethics.state.tx.ns/dafalfarms/1�95/1�95.pdf
17.8. Failure oz refiisal to comply with khe requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When Ciry issues a Notice of Award to the Successful Bidder, it will be accorrtpanied
by the required number of unsigned counterparts of the Agreement. Within 14 days
thereafter Contractor shall sign and deliver the required number of counterparis of the
Agreement to City with the reyuired Bonds, Certificates of Insurance, and all other
required documentation.
18.2. Failure to execute a d�ly awarded contact may subject the Contractor to penalties.
183. City shall thereafter deliver one fully signed counterpart to Cantractor.
END OF SECTION
CITY OF FOAT WORTH
STAI�lDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Temporarily Revised April 24, 2Q20 due ta COVID 19 Emergency
2018 CIP Yeaz 3— Contraci 5
City Project No.: 101452
ao3z is-a
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
sECTioN oa 3�. i�
CONSTRUCTION PROJECT SCHEDULE
FART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements far the preparation, submittal, updating, status reporting and
management of the Construction Project Schedule
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. ReIated Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms ar�d Conditions of the Contract
2. Division 1— General Requirements
D. Purpose
The City of Fort Worth (City) is committed to delivering quatity, cast-effective
infrastructure ta its citizens in a tinneIy manner. A key tool to achieve this purpose is a
properly structured schedule with accurate updates. This supports effective monitoring
of progress and is input to critical decision making by the project manager throughout
the life af #he project. Data from the updated project schedule is utilized in status
reporting to various levels of the City organization and the citizenry.
This Document complemenis the City's Standard Agreernent to guide the construction
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
City in project delivery. The expectation is the perfortxzance of the work foIlows the
accepted sch�dule and adhere to the contractual timeline.
The Contractor will designate a yuatified representative (Project Scheduler) responsible
for developing and updating the schedule and preparing s#atus reporting as required by
the City.
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wor� associated with this Ttem is considered subsidiary ta the various items bid.
No separate payment will be allowed for this Item.
2. Nan-compliance with this specification is grounds for City to withhold payment of
the Contractor's invoices until Contractor achieves said compliance.
1.3 REFERE�TCES
A. Project Schedules
Each projec# is represented by City's master project schedule thai encompasses the
entire scope of activities envisioned by the City to property deliver the work. When ihe
City contracts with a Contractor to perform construction af the Work, the Contractor
CITY QF FORT WORTH 2O98 CIP Year 3— Contract 5
STANDARD 3PEC�['1CATIOIV City Project No.: 101452
]Zevised NLY 20, 2018
oas�is-o
CONSTRUCTION PRdGRESS SCHEDLTLE
Page 2 of ]0
will develop and maintain a schedule for their scope of wark in alignment with the
City's standard schedule requirements as de�ned herein. The data and information of
each such schedule will be 1e�eraged and become integral in the master project
schedule as deemed appropriate by the City's Froject Control Specialist and approved
by the City's Project Manager.
Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and milestones for the total project and be Critical Path Method (CPM) based. The
City's Project Manager is accountable for oversight af the development and
maintaining a master project schedule far each praject. When �he City contracts for
the design and/or construction ofthe project, the master project schedule will
incarparate eleznents of the Design and Construction schedules as deemed
appropriate hy the City's Project Contral Specialist. The assigned City Praject
Cantrol Specialist creates and maintains the master praject schedule in P6 (City's
scheduling soflware}.
Construction Schedule
The Contractor is responsible for developing and maintaining a schedule for the
scope of the Contractor's contraci�aal requiremenis. The Contractor will issue an
initiai schedule for re�iew and acceptance by the City's Praject Contro] Special3st
and the City's Project Manager as a baseline schedule far Contractor's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule) ta the City at the end of each month throughout the life of their work.
B. 5chedule Tiers
The City has a portfolio of projects that vary widely in size, cor�npl�xity and cont�nt
requiring different scheduling to effectively deli�er each praject. The City uses a
"tiered" approach to align the praper schedule with the criteria for each project. The
City's Praject Manager determines the appropriate schedule tier for each project, and
includes that designation and the associated requirements in the Contractor's scope of
work. The following is a summary of the "tiers".
1. Tier 1: Srnall Size and Shor� Duration Proj�ct {design not req�ired)
The City develops and maintains a Master Project Schedule for the project. No
schedule submittal is required from Contractor. City's Project Control Specialist
acquires any necessary schedule sta#us data or information through discussions with
the respecti�e party an an as-needed basis.
Tier 2: Small Size and Short to Medi�un Duration Project
The City develops and maintains a Master Project Schedule for the project. The
Contractor identifies "start" and "finish" rnilestone dates on key elements of their
work as agreed with the City's Project Manager at the kickoff of their work eFfort.
The Contractor issues to the City, updates to the "stark" and "finssh" dates far such
milestones at the end of each month tnroughaut the life of their work on the project.
3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of D�ra�ion
The City develops and maintains a Master Project Schedule for the project. The
Contractor de�elops a Baseline Schedule and maintains the schedule of their
respective scope of wark on the project at a Ievel of detail {generally Leve13) and in
CiTY OF FORT WORTH 2O18 CIP Year 3— Gontract 5
STANDARD SPECIFIGATIpN City Project No.: 101452
Revised JULY 20, 2�I8
003215-0
CONSTRUCTIOAi PROGRESS SCHEDULE
Page 3 of ] 0
alignment with the WB5 structure in Section 1.4.H as agreed by tk�e Project Manager.
The Coniractor issues to the City, updates oitheir respective schedule (Progress
Schedule) at the end of each month throughout the life of their work on the praject.
C. Schedule Types
Project delivery for the City utilizes two types of scheduies as noted below. The City
develops and maintains a Master Project Schedule as a"baseline" schedule and issue
monthly updates to the City Project Manager (end of each month) as a"progress"
schedule. The Contractor prepares and submits each schedule type to fulfill iheir
contractual reyuirements.
Baseline Schedule
The Contractor develops and submits ta the City, an initial schedule for their scope
of work in alignment with this speciftcation. Once reviewed and accepted by tIte
City, it becamas the "Baseline" schedule and is the basis against which all progress
is measured. The baseline schedule will be updated when there is a change or
addition to the scope of work impacting the duration of the work, and only after
receipt of a duly authorized change order issued by the City. In the event progress is
significantly behind schedule, the City's Project Manager may authorize an update
to the baseline schedule to facilitate a more practical evaluation of progress. An
example of a Baseline Schedule is provided in Specification 00 32 15.1
Construction Project Schedule Baseline Example.
2. Progress Schedule
The Contractor updates their schedule at the end of each month to represent the
progress achieved in the work which includes any impact from authorized changes
in the work. The updated schedule must accurately refiect the curreni status oithe
work a# that poin# in time and is referred to as the "Progress Schedule". The City's
Project Manager and Froject Co�trol Specialist reviews and accepts each progress
schedule. In the event a progress schedule is deemed not acceptable, the
unacceptable issues are ideniifted by the City within 5 working days and the
Contractor must pravide an acceptable progress schedule within 5 working days
after receipt of non-acceptance notificatian. An example of a Progress Schedule is
provided in Specification UO 32 15.2 Construction Project Schedule Progress
Example.
1.4 C�TY STANDARD SCHEDULE REQUIREMENTS
The following is an overview of the methodology for developing and maintaining a
schedule for delivery of a projeci.
A. Schedule Framework
The schedule will be based on the defined scope af work and fo�low the {Cri#ical Path
Methodology) CPM znethod. The Cantractar's scheduIe will align with the requirements
of this specification and will be cost loaded to reflect their plan for execution. Overalt
schedule duration wiIl align with the contractual requirements for the respective scope of
work and be reflected in City's Master Project Schedule. The Project Number and Name
of the Project is required an each schedule and must maich the City's projact data.
B. Schedule File Name
CITY OF FpRT WORTH 2O18 CIP Year 3— Contract 5
STANDARD SPECIFICATION City Project No.: 101452
Revised IULY 20, 2018
oosxis-o
CONSTRUCTION PROGRESS SCHEDULE
Page 4 0� ] 0
All schedules submitted to the City for a project will have a file name that begins with the
City's project number followed by the name of the prajeet followed by baseline {if a
baseline schedule) or the year and manth {if a progress schedule), as shawn below.
A Baseline Schedule File Name
Format: City Project Number Project Name Baseline
Example: l O1376 North Montgomery Street HMAC_Baseline
Progress Schedule File Name
Format: City Project N�amber Project Name YYYY-MM
Example: 101376 North Montgomery Street HMAC_2018 fl1
e Project Schedule Progress Narrative File Name
Format: City Project Number Project Name PN YYYY-MM
Example: 101376 Norkh Montgomery Street HMAC_PN 2418 01
C. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates pro�ided in the
City's document managemenf system as the basis for creating their respective project
schedule. Specifically, the Contractor's schedule will align with the layout of the
Construction section. The templates are identified hy rype of project as noted below.
e Arterials
s A�iation
a Neighborhood Streets
• Sidewalks {later}
• Quiet Zones (later)
• Street Ligt�ts {later)
0 Intersection Impro�ements (later)
� Parks
� Storm water
� Street Maintenance
4 Traffic
� Water
D. Schedule Calendar
The City's standard calendar for sched�le develap�nent purpases is based on a 5-day
workweek and accounis for the City's eight standard holidays (New Years, Martin Luther
King, Memorial, Independence, Labor, Thanksgi�ing, day after Thanksgiving,
Christmas). The Contractor will es�ablish a schedule calendar as part ofthe schedule
development process and provide to the Project Control Specialist as gart of the basis for
their schedule. Variations between the City's calendar and the Contraetor's calendar
must be resol�ed prior fa the City's acceptance of their Baseline praject schedule.
E. WBS & Milestone Standards for Schedule Development
The scope of work to be accomplished by the Contractor is represented in the schedule in
the form of a Work Breakdawn Structure (WBS). The WBS is the basis %r the
development ofthe schedule acti�ities ar�d shall be imbedded and depicted in the
schedule.
CITY OF FORT WORTH 2U18 CIP Yesr 3— Contract 5
STANDARD SPECIFICATION Cify Project No.: 101452
Revised NLY 20, 2Q18
003215-0
CONSTRUGTION PRQC�RESS SCHEDULE
Page 5 of 10
The following is a summary of the standards to be followed in preparing and maintaining
a schedule for project delivery.
Contractor is reyuired to utilize the City's WBS structure and respeciive praject type
temp�ate for "Construction" as shown in Section 1.4.H below. Additional activities
may be added to Levels 1- 4 to accorrzraaodate ihe needs ofthe organization executing
the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83
"Constructian Execution" that delineates the activities associated with the various
components of the work.
2. Contractor is required to adhere to the City's Standard Milestones as shown in
Section 1.4.I below. Contractor will include additional milesiones representing
intermediate deliverables as required to accurately reilect their scope of work.
F. Schedule Activities
Activities are the discrete elernents of wo:rk that make up the schedule. They will be
organized under the umbrella of the WBS. Activity descriptions should adequately
describe the activity, and in some cases the extent of the activity. All activities are
logically tied with a predecessor and a successor. The only exception to this r�zle is for
"project start" and "project finish" milestones.
The activity c�uration is based on the physical amount of work to be performed for the
staied activity, with a rnaximum duraiian of 20 working days. If th� work for any one
activity exceeds 20 days, break thai activity down incrernentally to achieve this duration
constraint. Any exception to this requires review and acceptance by the City's Project
Control Specialist.
G. Change Orders
When a Change Order is issued by the City, the impact is incorporated inio the previousIy
accepted baseline scheduie as an update, to clearly show impact to the project timeline.
The Contractor submits ihis updated baseline schedule to the City far review and
acce�tance as described in Section �.5 below. Updaied baseline schedules adhere to the
following:
1. Time extensions associated with appro�ed contract modifications are limited to the
actual amo�t of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
The changes in logic or duratians approved by the City are used to analyze the impact
of the change and is included in€ Yhe Change Order. The coding far a new activity(s)
added to the schedule far the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the wark of the
Change Order. Revisions to the baseline scheduIe are not effective until accepted by
the City.
H. City's Work Breakdawn Structure
CTTY OF FORT WO�tTH 2O18 C!P Year 3— Cantract 5
STANDARD SPECIFICATION Ciiy i'roject No.: 109452
Revised IULY 20, 2018
003215-0
GONSTRUCTIONPROGRESSSCHEDULE
Page 6 oF 10
WBS Code WBS Name
XXXXXX Projec# Name
XXXXXX.30 Design
XXXXXX.30.10 Design Contractar Agreement
XXXXXX.30.20 Conceptual Design {30%)
XXXXXX.30.30 Preliminary Design (64%)
XXXXXX30.40 Final Design
XXXXXX34.50 Environn�ental
XXXXXX30.60 Permits
XXXXXX.30.b0.10 Permit,s - Identification
XXXXXX.30.b0.20 Permits - Re�iew/Approve
XXXXXX,40 ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.20 Condemnation
XXXXXX.70 Utili[y Relocation
XXXXXX.70.10 Utility Relocation Co-ordination
�;XXXXX.�O Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
XXXXXX.80.85 Inspection
XXXXXX.80.86 Landscaping
7�;XXXXX.90 Claseout
XXXXXX.90.10 Construction Contract Clase-out
XXXXXx.90.�40 Design Contract Closure
I. City's Standard Milestones
The following milestone activities (i.e., important avents on a pro}ect that nnark critical
points in ti�ne) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
Activitv ID
Design
3020
3040
310Q
3120
3150
3t60
3170
3220
325Q
3260
CITY pF FpRT WQRTH
STANDARD SPECIFICATIOI+I
Revised JULY 20, 2018
Activitv Name
Award Design Agreement
Issue Notice To Proceed - Design Engineer
Design Kick-off Meeting
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, �torm Water,
Water & �ewer
Peer Review Meeting/D�sign Review rr�eeting (technical)
Conduct Design Public Meeting #1 (reyuired}
Conceptual Design Complete
Submit Freliminary PIans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
Conduct Design Public Meeting #2 (rec[uired)
Preliminary Design Complete
2018 CIP Year 3— Contract 5
City Praject No.: 909452
003215-0
CONSTRUCTION PRpGRESS SCHEDULE
Page 7 of 10
3310 SubtniY Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3330 Conduct Design Fublic Meeting #3 (if required)
3360 Final Design Complete
ROW & Easements
4000 RigYit of Way Stari
4230 Right of Way Complete
Utility Relocation
7000 Utilities Start
7120 Utilities ClearedlComplete
Construction
Bid and Award
$110 Start Advertisement
S 150 Conduct Bid Opening
8240 Award Construction Contract
Construction Execution
8330 Conduct Construction Public Meeting #4 Pre-Construction
8350 Construction Start
8370 Substantial Completion
8540 Construction Completian
913b Notice of Compleiion/Green Sheet
9150 Construction Contract Closed
9420 Design Contract Closed
1.� SUSMITTALS
A. Schedule Submittal & Review
The City's Project Manager is responsible for reviews and acceptance oithe Contractor's
schedule. The City's Froject Control 5pec�alist is responsible for ensuring alignmcnt af
fhe Contractor's baseline and progress schedules with the Master �'roject Schedule as
support to the City's Project Manager. The CiTy reviews and accepts or rejects the
schedule wrthin ten workdays of Contractor's submittal.
1. Sci�edule Format
The Contractor will submit each schedule in two electronic forms, one in native fle
format (.xeF, .xml, .mpx) and the second in a pdf fonnat, in the City's document
management system in the locatifln dedicated %r this purpose and identified by the
Praject Manager. In the event the Contractor does not use Primavera P6 or MS
Projeci for scheduling purposes, the schec3ule information must be submitted in .�s or
.xlsx format in compliance with the sample layout (See Specification 00 32 115.1
Construction Project Schedule Baseline Exampte}, inc�uding activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractar will develop their schedule for their scope of work and submit their
initial schedule in electronic farm {in the file farmats noted above}, in the City's
document managemen� system in the location dedicated far thts purpose wathin ten
workdays of the Notice ofAward.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD SPECIFICATION City Projecf No.: 101452
Revised JUT.Y 20, 2U18
003215-0
CONSTRUCTION PR4GR�SS SCHEDULE
Page $ of 10
The City's Project Manager and Project Control Specialisi review this initial schedule
to determine alignment with the City's Master Project Schedule, including format &
WBS structure. Following the City's review, feedback is provided to ihe Contractor
for their use in finalizing their initial schedule and issuing (withira five workdays) their
Baseline Schedule far final review and acceptance by the City.
3. Progress Schedule
The Contractor wiIl update and issue their project schedule (Progress Schedule) by the
last day of each month throughout the life oftheir work on f.he project. The 1'rogress
Schedule is submitted in electranic form as noted above, in the City's dacutnent
management system in the location dedicated for this purpose.
The City's Project Control team reviews each Progress Schedule for data and
information that support the assessment of the update ta the schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
communicates directly vvith the Contractor's scheduler for providing same. The
Contractor re-submits the corrected Progress ScI�edule within S workdays, following
the submiftaI process noted above. The City's Project Manager and Project Cantrol
Specialist review the Contractor's progress scheduIe for acceptance and to monitor
performance and progress.
The following list of itezns are required to ens�re prop�r status informiation is
contained in the Progress Schedule.
• Baseline Start date
s Baseiine Finish Date
s % Complete
• F1aat
s Activity Logic (dependencies)
s Ci1t1C� Patil
s Activities added ar deleted
s Expected Baseline Finish date
s Variance to the Baseli�e Finish Date
B. Monthly Construction Sta�us Report
The Contractor submits a written status report (referred to as a progess narrative) at the
end of each month to accompany the Progress Schedule submittal, using the standard
farmat provided in Specification 00 32 15.3 Construction Aroject Schedule Progress
Narrative. The content of the Construction Project Schedule Progress Narrative should
be concise and complete to:
A Reflect the current status of the work for the reporting period {including actual
act�vities started and/or cornpleted during the reparting period)
o Explain variances from the baseline on critical path activities
a Explain any patential schedule conflicts or delays
� Describe recovery plans where appropriate
� Provide a summary forecast af the work to be achieved in the next reporting period.
C. Submii�al Process
crrY oF FoxT wox� 2018 CIP Year 3— Contract 5
STANDARD SPECIFICATION City Projecf No.: 101452
Revised JLTLY 20, 2�18
4
�
003215-0
CONSTRUCTION PROGRESS SGHEDULE
Page 9 of 10
- e Schedules and Monthly Construction Status Reports are submitted in Buzzsaw
( following the steps outlined in Specification 00 32 15.4 Construction Project
� Schedule Submittal Process.
� Once the project has been completed and Final Acceptance has been issued by the
' City, no further progress schedules or construction status reports axe required from
' the Contractor.
1.6 ACTIOI+T �UBIVIITTAL�/INFORIVIATIONAL SUSMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT USED]
t 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
�
� 1.9 QUALITY ASSURANCE
A. The person preparing and revising the Contractor's Project Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the Contractor's scope of
work.
C. The Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 TIELD [SITE] CONDITIONS jNOT USED]
L12 WARRANTY [NOT USEDj
1.i3 ATTACHMENTS
Spec OU 32 15.1 Construction Project Schedule Baseline Example
Spec 00 32 1 S.2 Construction Project Schedule Progress Example
Spec 00 32 15.3 Construction Project Schedule Progess Narrative
Spec 00 32 15.4 Construction Project Schedule Submittal Process
PART � � PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OT� SECTION
CITY OF FORT WORTH
STAIYDAKD SPECIFICATION
Revised 7iJLY 20, 201 S
2018 CIP Year 3— Conlracf 5
Cily Prvjec# No.: 101452
D03215-0
CONSTRUCTIQN AROGRESS SCHEDULE
Page ] 0 of 10
Revision Log
llAT� NAM� SUMMARY QF CHANGE
July 20, 2018 M. Jarrell Initial Issue
CITY pF FORT WQRTH 2O18 CIP Year 3— Contract 5
STANDARD SPECIFICATION City Project No.: 141452
12evised 3CJLY 20, 2018
0032I5,1-0
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Page 1 of i
sECTioN aa 3a� i�.i
CONSTRUCTION PROJECT �CHEDULE -- BASELIN� EXAMP�.E
PART1- GENERAL
The following is an example oFa Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the baseline for the project. Tnis version of the
schedule is referred to as a"baseline" schedule. This example is intended to provide
guidance for the Contractor when developing and submitting a baseline schedule. See CFW
Specification 00 32 15 Construction Project Schedule for details and requirements regarding
the Contractor's project schedule.
CITY OF FORT'4lVORTFT 2018 CIP Year 3— Contract 5
STANDARD GONSTRUCTIpM SPECIFICATION DOCiTMENTS City Project No.: 101452
Revised JUI�Y 20, 2018
00 32 15.1 - 0
CONSTRIJCTION PROGRES 5 SCHEDULE - BASELINE HXAMPLE
Page 2 of 5
m
� �
� �
� �
� �
� �
a rn
sv �
�i �
�
�
�.
�
�
�
�
�
�
�
,�
�
�
i�
.ry
.i
�
�"�
�
�
�
�
�
�
�
� '�
�� �
� F4
� �
� �
� �'1
ci �
i
� �
� �
•� �
� �
I �
�
�
�
�
�
i i `�'
�
�
I � �
���, i � �
� 1 � � �
� ' � � � a
� �� ' � � �
� �. � � �
t,
�L +
'l,
!i � . i� , �' ' �` +* 'b
r �� �} " ' �G � � ' ,L` i
.; � � n
:� n +;� r�� ` � i� ;-, �
� � n Y� ' �� � �I
� w n 4 1S �� _ � : a „ n� �� x� � � s[ ct
]I �i� � � r - � � ° W� . ; it 4 ��
�� �' Y' � ii �� ` ,� ` M q ` i, • ' �
� S4� -^�� e ij }I � f n' �: r � Ll � �!I :' 4�• �: � w .E. i� �i .3c fSS
�' y � E �: �- � � , w E ` � �: � *' sm � �
k' :} [ o p nf
�� �� '= :� � L �, {� - � �1 � - � k r � E ., `�I� �, � p � m �a; �� �" � � � �'
� s i� i.• n. . � � i� �- '� �'� ui �i �� G i'r f� y` F' �'i �' �� is ti� vi o �� � rn ��
+ ~ � I � •G �
i i q. Q. i p. i � t � Gi O� �^ P!.� A9 ^ Gi
Y i . n c i �, n� rK � o� ' �yY_ m_ ,u r� ao ! mi v r. �J � 0..
m � �i 4 d` 5..1
� � .� .� .; ��,' n :. �� �� M �� .. � � � `� �a �n �� .�'� :� ;a ,��n� : �
� i s� ���i � i � I LL 0.
. , n� k� .. iq � VI N � Y!
1• � � �
: c � i � � � � � ; �
:-•-•-•-.. � _._._._....! .-•-._._....---•-• •••; •-• .......:......... :.•.-•-•-._......_..•-:-.--._._..�......_._;.._.
i � � � I � � I I ; i
< i � � �
��-�------+--•--R...F.---•-----t-_._.....-y �---------i-•--------r----._._._�....._..•_1--�-------�---._u._�.._.
'4 a ti � , � .� ,� �. �� �� _� �; . _� '�� r� f „ �. � . ,� � �. f ,�, � �: �31 � I„
I.i pi (} '
��1 �I 4; '- � ` � I
�� , ��� .
��I K"��' �I} Y" �h��� � ,.. .. ��17 � :'Y{� �.��.. ���,� .�. r. �. �� , �� .�
;,� ��;. -
I'
I d
�fi
r
u ���I � ^r � ��'r � � w'� '� �'- : o'� :i v; � ;� u �i�� . i:�
=' � i �. n:� • - � �%i , �� � � � �n � -a , - �� .� �� .�
pp� fi fG'� � R1 � W _ �4
�, :, :' '� �' �'�:�. �,"��' ";��s;�,:,o�„, n "��? �o�,
�. �{ .f'�� N `f � � �� ����� h� � � ��� � ii .Vi � ui ri� i r. ;i sV •7 " i' '.
" � _ � c � � �' �'� ; y' � a� :� ,.� � _4 �;' :l' y r � o �� e � 1�
� r 1 Y� `o� �' 7 � S.. � �t t a � ��' �,� i i.r. �� �� � r. �i� � g �� :�
;'F .. �,� ?� � _ '� , .�a r10i� !1 . � `� � u n L i" � „ ° r�l �4 �' r.i _ m �h �� �� $
... �.� ... �� .� H. n� �.. .. r. � �, �. . M1. w ��� u� .� ��. . m�u ��� .� .. ��. m �.
' -' ` ;i �, " � 'i ;����� �� , :� �''�� :: r .� � : � �v� � :1 " �: � �J
'� � y y' � � � . �^. ,�� � � i ;; m' � �i %. ; H �� !� P. #� � �� ��;' �` �' ?: r'�j� ; # � � � � '{'
5 � { � � � . '� � � � � + �� y> . „ . . �
i � e� :. i � w . � . N * � . � '°' i : i.+' -� �° r � � rn ' i :" i
� ti u . � ' � ' +�� �
����. �. . ';.. � �i'-'.:]� "fi�-°.� �I.`,n:^_yl. ;"u�ac y',7'+vr�=, - ok'
i }
I ti
F� ��r , .. n .� � ;i a �f ,.�v ., w� ; - ��;� �I ; , � � , , w �, . ;i „r ., �„ � :i �,� � �,
�
� �
:� d)
r ��
� �
r �
Vt
K
0
n
0
CITY OF FQKT WORTH
STANDARD CONSTRUCTIpN SPEGIFICATION DpCUMENTS
Revised ]ULY 2�, 201$
2018 CIP Year 3- Contract 5
City Project No.: id1452
i
i
s
�
�
�
`
00 32 15.1 - 0
GON3TRUGTION PROGRE35 SCHEDULE — $ASELINE EXANiPLE
Page 3 of 5
ao
�
N 4
� N
� �
N �
�lf
�
�
.�
�
�
�
Tq
;
�
�
�
Y
�
a�
�
� �
•� ,74
� �
� �'
U �
� �
� �
� �
i.i G r• � i�.�� �p Li�' i ir i� r. CY vi i i�i P 1� + i. P Nn"aii �i.�V 9.� p��„ �1 ri.� rl
4 I�
yS � [� Q�
�� �: 'i ia .� y }� ev ' � � ��i � o ' � i N.e 5'�' � f'1 � `r U �� `
I yi � iJ r! n• i'1 f .�, m� i� i� ,5 �f1 i W j Q' �, C.
M �
I
±� N� M Ya1�
r1 � J M
p�y y u�ca A u u' U aa N�1 v � S� �.. {} �. �'� J H 6[d;� •� Q!
� �y Y i1 ��Y.i-I N Ct'fl� II �+r A/ �} .i'1 .y q H �. { Iri ul'ri
I:l M . � i.., ��a/ �� - i M ��G i_ i i i r} iT Y� M W , EG ti+ Pi'
�, o� a � oc m.� ., a� eo R� a� u� m � o. m�
P {� � �'� f.} .r �i {��rrj i�1�fi ' ri T �� � C ii Y .'� 4 I_i ^ M .' f5 tf �� p - �' { •^ ~ � �
w n r �. w ihy ��.i� �� i,�Li �.}'.'� ?._ Ca .. � w�%i �[� `��t ,� F� ry r� f J •i i�• iJ.f��;i ry�
n �i� �- i� f.5 l. ,'� y +K -l� ,' 4 �� tl d i' . J �. Z 4N.� N � 4. .I b h �7 �� � �1 ti Yi ��
�}� . � n L} • 6 .7 =j i� r:, �' Q � f. ti ] ' � � 2 � � � t "r � Y � � -r Cil i� � �'i5 7 �
d ti, � d �. � A d m �t. �ti �- � o �' ro n m i. �. �a tv �_ ro,
1] r- ri - �{ F� .- i�l N ii il _� � N 1- �i r• o ii G rJ - 'r� .- �y ka.i'i - .
yi �� 00 C6 .�. .i �� U� 00 ��� _i Fi 40 .i C� V. W in �i M r..O�;Ob� •1 �'� .�� i.�i i� _ .�
{)�� �. � �i .} �I �� i� Y �± il il ii [V ty.1I i� :� fJi � � .���i�e� r � � i�i �y "i �� _f] "� a "�
�' � Vi ry� �y � � ��� 2 f�5� n �\ i.4i �' is �� !� C1 + � � ri�� �� ,.� x n'� � q � �] � h '; � r�.
{y K � �
i{ Cf � r - 4' S - �T V' �' � � N�a i.� I-, FS 'u' 01 } " � �i � ' �� r'�'
6 r �.� I.- .- . r[y r � n�rt �i C] N P'i� � - . . i� �
el o-- �� w in �'� F' o y W y� M m�'�r �. o r- s- s. N?� � ri � n � 1 Ut • M� Fi m
I��.-1 O � ' ��� .. � � � i � LJ Ri � � � 4i � ��� CJ ii� �` I
w, .v I� ' t� "+ r�� �.�!�•'� �i�ci�� @ �� %'� — r`+', ' �o . w. ., �� _. `�j
i � ; ' i
�I I ii .
� '
;
� �I :
3 w i� � i • � ; �
r r
� � :� ' � �
�+ k � � �
, ,T{ � a
E
`Y [}J
L
� - y� � � � - �
V
. ' 1' . J � �
m 'Vj � ' �,rl
� f�
�' II�� 4 e, � x • M1" n
�e � k` � : �; =a ' � ;� � �� � a
-� � : t a o �I .�, ;- + m , ,:i ,� � .� C v
Q 9 v
�" "' � � � � � �� � .�� tn n. 6. n� �S� g � ;- m �
� � I � � ry ` r v `� Y �e !9 '� �
�� � Ilt I i � ry i I {i � �� ��� � �� �l F IlE 4% ll r �(1 [[)
~ o I t' 4 i+. I r. o,� � o r+ �a � o
� � � ry �� �i � . M t I �=� ,� � . 4; "�i r�i : :-� �rj n ;.. :i ,l n
� �t . . � i ,y .� ,� .� �. � n n i �.� w ni
CF � � m �
w
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised NLY 2Q, 2Q18
�
i
i b
a �
n�t [� a
L �
I f g i (�j
� � � �
, `n � � �
a
���' �� � �
9 � �3 _ '�—�,, _. �
�i.'�, �.� � � �*
�'i�.� v r �3
I ;
u���pp p N ms�;o�
ad W�4 m �] m
r'
3 ;i
� � �
� 4 a'
y � S:
� � �� � �
S� w.
t
e 1 G K i1 l.'
o �
� r
� = ii i
� � R c
P
O �
n i}
�
�
�
�
�
(�� � -.
�+l� �
`b' �y
� �
Hl �J
� �
� �
� �
y �
!� �
1� ��
r �
��
� �
�
�
�
�
� �
� �: �
� �
� � o
� V V
9 & �
� � �
�
�!1
.� �
o ,K
� � f1i
� � �
.L
fo �
ry
� ��} `C��
e[ i1L S�
� � �
2018 CIP Year 3— Contract 5
City Project No.: 101452
00 32 15.1 - 0
CONSTRUCT[ON PRQGRES S SCHEDULE — BASELINE EXAMPLE
Page 4 of 5
CiTY OF FpRT WORTIi 2018 CIP Year 3— Contracl 5
STANDARD CQNS'1'RUCTION SPECIF[CATION D4CUMEN7'S City Project Na: 1D1452
Revised ,TUE,Y 2Q, 201$
00 32 15.1 - 0
CONSTRUCTION PROGR�SS SCHEDULE — BASELINE EXAMPLE
Page 5 vf 5
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 201$ M. Jarrell Inifial Issue
C1TY OF' FORT WOR7"H 2O18 CIP Year 3— CoNract 5
STANDARD CONSTRUCTION SPECIFICA770N DOC[JMEIVTS City Projec# No.: 109452
Revised 7ULY 2q 2018
00 32 15.2 - 0
CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPI.E
Page 1 ef 4
�ECTION 00 321�.2
CONSTRUCTION PROJECT SCHEDUL� — PROGRESS EXAMPLE
PART1- GENERAL
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the progress for the project. This version of the
schedule is referred to as a"progress" schedule. This example is intended to provide
guidance for the Coniractor when developing and submitting a progress schedule. See
CFW Specification 00 32 l5 Construction Project Schedule for details and requirements
regarding the Cantractor's praject schedule.
CI'TY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANI]ARD COMSTRUCi'TON SPEC[FICA7'ION DOCUMENT'S Cify Project No.: 103452
Revised IULY 20, 2418
00 3a is.a - a
CONSTRUCTCOIV PI20GRESS SCHEDULE — PKOGRESS EXAl1�{PL�
Page 2 of 4
�
iV
� �
7 �
� �
� ti7
',u �-
'� :
d
n � �+
� �.
� '�
h ";
� yi
��
� J �';
�
� �
� :� �
� ��
�
�
�� '�
� �l
i.�
a�
�r
�r,
�
� �
� �
� �
� �
� �
� �
�` `"1
f"
�
�
�
i�
�
�
r.
i�
i
r NiN'ii rr I�.��.�I .1 �1 n 1� �� .
aa !;t- �;�. � � � ����� ���i'dl_�,,�.,.,. �•i��l-I�t�i:F��:k_�„� ..0
, � -
,. ��- �. �„�, �,. ,�, o. �, �. ., ., .� „ _� � „ ,�, ��. .� .� „ �, ��. �. „_ ��. .� ��� � � �� � , �.� �- ��- �
�' "' s� c� � t � � � f, f fr '�w 's.a .� :�:= �' k• a
'i' `' � 7 `: Sl r €� '.:: �� '� " �� i] 1 "r' �' ; � � ;'I �;I c� ',� � �' �
'�: � f , r. � f ' K.�'y ;'� �'L , ; .'� � k�: a � a� �. ��. �� ' � � i+, Q 4 ;r,
� ���•#�,� � , �; ��T1 rr � t� �;lY`��� ���'"�f,� �Y
^ �µ � . � �: , `-� "� �I 1a 'a :;..,, � '�I ~ y I. �,. i� - � ry f ',�'�: � �'
�{.{ � � ,,, ,,. �. � „ � ,�, ,,, �, � .� n� ,,, „ ,,. ,,. , ,,, _, �. „
. �. , . � m m ,., ,- . _ � � _ � -. � � . ,. � � , t ,. ,. , � � ,, , � �a
� �s ���;r` � �r� ;: '] �: �� i; f: i^ �,ri � � ,;,;; .� .i f} � :� ��� ���� ,� ,� � " � N " :� � G� ��
[, �
i, � } � f f •'i � — — 4' L,+ � � L 1 �' r I � � � � � � {
�tl �I lf P' ��;^i ' --'. �r�'I� � J, �'i •� i l� 4+ I�i C? '�' }9 l�a �. �� li � � m�.. P! k: 7:..
ia �a n o'r� —
• r �.� �'- •ii ^• . r:�i .i i� .� �� .� ' T.,'� o T. m n, �. �u� .� �� i, �� �� �n �. 8 a. T. m�
�� � ' � .tt _ 4 t �".�:. . • ,' e t ; „ i •- �{ ts
`�.src".s,"�?;� `��i�C 'k���:���{��11J� i�L���i�ly ii. r���'�n'i , ";� '�'�c�'
� �,� ��:A ,� # ;��'�� � � i � �'S � �; , �I �, � � � 4 { �� ,� .. n� k
n� � I;4 � f. .7� .r.4 ;� a. .�; r � ; � � � � h � � . .� .JL . �
[.� �. � r. � �:� - �a � �r ��:�'� � �I :� '] r '!�!' Fl � '�;� .�"r: 'r' � ' i; � � •� :' :i � C: �
�t��f��.�'�.� �����j.�����4?�k f ��� 1' � ����"�4 ����.
I: �. � r: := �i ! � � I il�u�v'�ii � LI.'�' a � �. 19 � #�J 'J � � �: � •'� �r� `a'�. i� .. =? +�- �
� r�'F: n oIL � ���i�{'ri�' ��.'�s fi'#'� ��'u �s �. a �.� �i a o o'�:+ � o
�
� r_t i i i �a FJ � � r� � �I� ��i:ri !� 4� x r�i iy�r�u � Y� �� �� u� ii. Li N� K ui N� M�' t as � � id
I
va c� �1 '_ i� �$ LL Y flIF{�i�.��.M "� oi.krllr I:I ���i'N�.II. y. i�. �i i��� Ml fy � s� �� i� � '�
�, I ryl*
r
�,
I I
� �ry
� �
ii � k
v.1� � �
�'�. � 6 �
U s � �
¢
d� +� "' �
�J+L'F,���
�'U;� €��,�
a i
�'��_, r; ';���
�' E
E
f
o�o�o � n�{€o
�� o`�o i a�n � ro o3 03 a
i �
�
I � f ' 1 I I I I
� K �
� �' L ~
u 4
�����.4 k � �y
� �' ii� � ' � ii A n �i �! H
�� '� `I '} I tx �� � rh � f ' 4 � A �
^�r�' r;1: ,�'� �F'��, �!� i:f�i���E�' �~
� � � ��� � �ii � �� L' 1�j � ' �' � h. iC' � `�. � #�ii � �Cy n: � ��. �. � fI �.
�� F
� ri I' �1.� � f� Ji r ��! �i N� �l � 1f1 f�ii T- ¢t lre �. .� � �r
� � Y. R Y � '� ��� h:�l� G���; � � �, � � � . . N �, � �n n �n N� �: � � fl �
+�a 0. M � w
�
�
�
�
€�
O
�
�
9 `�
� �
��
�
� �
19 '�
� �
� �
� �
� �
�
�G �
i b
i �
��—i
�
�
�
�
�
C
� �
� ���
�� ��i
.��
� ��
a� ;w I�
5' [a C.�3
� � �
� +Ga yi
�
�
.sC �
� �
� � �
� .�' �
� 'c' u
� � �
❑: � C�
� � �
CITY OF FORT WORTH 2418 CIP Year 3— Contracl 5
STANDARD CONSTRUCTION SP�CIPICATION DOCUMEIVTS Cify ProjeCt No.: 101452
Revised JULY 20, 2018
00 32 152-0
COTISTRUCTION PROGRESS SCHEAULE — PROGRESS EXAMPLE
Paga 3 of 4
�
�
� N
1 �
C
� fY
�
N �
� 0.
Csi
�
�
��
�
�
�
�+
�
�
.�
�
�.
�
. �
� �
� �
� �
� �
�" "�
ff �i (+� YY ('1 (V TI � I+{ �i iy:w! M N M'•i +{ � r� r� {v.L. CI f�J ['J [Y M1�4N�N •I � I �4' �+ �a} NIiV IN'NIN.
I �
1 �
il r iF' IR VF �A aR L� YI I:I rl y._. .. 1:1}L {I L I��L� i� :V :. .+ nl'I:I:U !:I O�� f� i:l .. =.:�,^.'���w �
I ` I'
� '[O OP W OJ W ii .i� •� fO�O� = m.� .� ,i� ii� ���.�i�.��� pi ai tll 4y5 �.�i ,i� �i� �ii si� ir _i� ih p� OI} i:�iT �i.
[3 is p3� Q O G• � u O O'. e� ry�r•y •.� . V [} n]}��[ lS
1"1 [J cyr '�i �� C� � N�� � � �r.�.'�1, I'i i`i�:l�ai n i7,+, � � ^� �C1� 7} � �� � :}j�•�I 9 k
I�"��c7��sr�+4 �Fi`��`�.,�"',',�'�f4o�6'' 3�"'9�1^��� rC � �yr���ri'�ri
*r h� �� r ��� � � u ii � �,,, �I.i� {v 1.i��
- rl i- N� N- _ i[! f�! 14 ��:! p�. 43 LI � �.
� m.i'�e epe mp apo ,i �o uiw opo- � � i�� �- m�.i .�. i�. u mp m5� m i. w� � iy� ui .. �. m.�, !Im�} �r'
��•u'N ly N N ��� ii � r N fv� r} i1 r fAY i� }� f'} N ri {� i'l:f.� i� I� Yi ii�f� i7 SI f�i � ��
`RY�'���� � �.i������ `���?��?. �����' ��a� ty��,' `�� tb
. �� �
n Ou �� u3 rv. = �, m m ui r.� 4i ��i m�n n� �fi di 9� � P� 4%i �~ ��Ip sn rn � ri'^ in =�iii.,= m'��
���.� �N��y.4je � "n��y'i'��' i3, ty �' L s �i�un�^ {k�' � T��}' 25 f +
' "� J� d f { � � �� � �i y J N rY J'I �y [�1 '' 7' i� � 11 �L � J�
I� y,�fs, �''Ti tl1 iL Ai '� ��`�}� J �-'X q� ^ if � �{' y�vr1 M1 1� � J %'}j R�./]'{�1 . f a ili
4' ,� �� Fl � 4 � i} � F� �+� O� Fj �II � 'f y� x � .. � � � � r. r, i� � � �1 'j � V . l I�.
�i � .I W N p• y �+• �I�. rl i 4 �b V'.I I
:'x� �a w'[� w - ��� �f m� '-n w q� �. � - ��, m u� 4,:
f �n��'' I� :'' � �riry� i,i�J n� �: :� �in�;�:�' .� "y ���� '.1 �.�,..-�
� �'k ;`� 1 l �' .i�. � '� �;? -� u � � I
� � � ; i '; : :��' � � i q � �`1 �` ,'i - C°' •�' l� � � i � L� I � � � � � ; �h' �
i.�� �� '.L, :�ia �ii.�ii��r�4��a� �����"h �':; �t�;�::s ,`i �.n.�'
o{o 0 0" �� �� o 0 0 �:C� �` �� �� „ o�r�j ��i �` � b'e � F.i o� o.0 o�a:
� .
. `
��: �i� � � r i �.�i ,�,� ��� `� „ � v . �, r r° :I :a «;� � � '� r, ,-E�� � �'r:�k .� ��r �f M r��� � , �s3.
? .
-U�!!Y+rv�':'T'.'� � "�'���"� '�ri �;"i.;ii'.',:� n�'ii�ny,{w . ' ,"� �'�,' -i°i'-,
' i
. �
�� � i !,
I �
F �
� I
W � II �
� �. I � - ,
� :,, � , �
� f' 1 -1i Co . ,
' � ��' � fi
f� i
� y� ��' �� � ��F:
m -� o �. Cr € �
� �� � ���.^ �:Lj '�
:� ev �� � A:�`� � a i`����
� y �'��, y ta.���y �� {, �:
E� F l ^ �, �: �'� !' ;; 3{�y, !� F�i+
�;i � o' � ����rc'I �i� 5' �° t!:
� � �r}' ��,i���'�` t. � _$��,�� ti ��;�rF�s.:�
�+I 9 �S p L]. �� NSS � ��j �* � i ��' p O iy lq��i � li �iS' �� b �_ k't
LL A �� 7 :I� _- a [I. �9 I�� � �1� � dFf•- r�{4 y
c� s � � � � L Ja . io I�. F � 4 4r Fi L I � � c� L� � � " � � � a ^ � �' �
� �l � P � �, ki� �.�'� � r � �j �t.�, L' �� � F F � S'�:S 1� � � � � u � ,' c. � 5�
������ y �f����"�:�: �'�;'.4 ,,,� - , ; .ti�{�� .;,�'�,;
�} �sE� � :k:t ' �� -
' � ` o o aN'�py a
�y N � in Vi�YS�� �'
91F F W W 4� W W �
E E i
�
�
�
�
A P�I
�f �
r- �
� �
�
�� �
� �
+a' 4�+(
� �
'i�
� �
�� €�
�I �
�
�
�
�
�
� �
= �
� � �
� �
a� P �
� 4� �..
� � �
� � �
�
a
�
i �
o ;�
.se � �
'� � �
��;,
� '� �
�
���
� �'
C1TY OF FORT WORTH 2O18 CiP Year 3- Contract 5
STANDAKD CONSTRUCTION SPECIFTCATTON DOCUMENTS City Project IVo.: �09452
Revised ,TiJLY 20, 2418
oa 32 i s.z - o
CONSTRUCTION PR�GRESS SCHEDULE -- PROGRESS EXAMPLE
Page 4 af 4
END OF SECTION
Revision Lag
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell lnitiallss�e
C1TY OF FORT WORTH 2O18 CIP Year 3— Cnntract 5
STANDARD CONSTRUCTION 3PECI�'1CAT10N DOCUMENTS City Project No.: 141452
Rer+ised JULY 20, 201 S
k
�
;
,
i
.
;
00 32 15.3 - 0
— PItOGRESS ATARRATIVE
Page 1 of 1
sECT�oN oa 3� is.3
CONSTRUCTION PROJECT SCHEDULE FROGRESS NARRATIVE
Reporting Period: �ate Issued:
Project Name: Company �lame:
Ci#y Projeci Ma: �ngineer's Project Rlo:
City Projecg Manager: Lngineer's Project `iAanager:
A. List of activities accomplished in the
1. (insert text here)
2. (insert #ext herej
3. (insert text her�)
4. (insert text here)
5. (insert text herej
6. (insert text here)
pepiod.
�3. List of aciivities to be accomplished in the next repo�ting period
1. (insert text here)
2. {insert text here)
3. (insert text herej
4. (insert text nere)
5. (insert text here}
6. (insert text herej
G. List any potential
_ 1. {insert text here)
2. (insert tex# here}
- 3. (insert text herej
�. List any actual del
• 1. (insert text here)
� 2. (insert text herej
3. (insert text here}
and prorride
City of Fort Worth, Texas
Construdion Praject Schedule Narrative Report for CFW Projects
7PW Official Release Date: 7.20.2D18
Page 1 of 1
and
r�titipafion actions
acfions
2098 CfP Year 3— Contract 5
City Projeet No.: 101452
�
0032i5.4-0
CONSTRUC'ITON PROGRESS SCHEDULE — SUSMiTTAL PROCESS
Page 1 vf 7
SECTION 00 321�.4
CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS
PART1- GENERAL
- The following information provides the process steps for #he Contractor to follow far
submitting a project baseline or progess schedute for a capital praject to the City of Fort
Wortt�. See CFW Specification 00 32 15 Construciion Project Sclaec�ule far details and
. requirements regarding the Contractor's project schedule.
If you are not a registered CFW Buzzsaw user, please email ar cantact:
Fred Griffn, Buzzsaw Administra#or
City of Fort Worth
Fred.Griffin@fortworthgov.org
817-392-8868
Using your registered username and password log into the City's Buzzsaw Site
https:Uproj ectpaint.buzzsaw. com/clientJfortworthgov
� - -- _ �:
I F —
1
i -
i�;:li
�
�
Navigate to your Project �'older. Verify that your Project ID and Project Name are
consistent with Project Folder Name.
Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed
Drainage Tmprovements project is used for illustration.
GITY OF FORT WOKTH 2O18 CIP Year 3— Contract 5
STAAIDAItD CONSTRUGTION SPECIFICATION DOCUMENTS City Project No.: 'E41452
Revised .TULY 20, 2018
OQ 32 15.4 - 0
CONSTRUCTIOIV PROGRESS SCHEDULE— SUBMITTAL PROCESS
Page 2 of 7
�ilp Etii y}r . �o�'t ,^.�X�
I w s� : � • J �' �a 7[ :t it ,3w� �.i '�: rS l7� '
F"� ' I� fndv�m�hgnv '
L�c_�.i�i�r � _� � _
— � ou�ai-r�axseeaora�agermaove � ^
� , �� -:Forms
�::�I ^' kesprn3ses
u co�w�nar�
� � cmm,tiants
J CanVac6ar
.� J CorresPondence
' . + ,_J Generaf Cantract Dowments and �
i � a� �.1�rawings
G'-1J Pu6�icMeeA»gs
- T-� �RealPro+Pe�rty
� C- �44.:.�.1
. ' J 116ities
� � qpNS-llrbanYiNagesC�ntrelCJuS�!
� � � aoTls -Urban vl�aoes central OusL�v =
.� 0�706 -Ur{oan ylfayes 5E Chss4er 6erry
•,�`j OOhl6 - lJrban vlfages SE Cluster Near
� � � (j 0073P -Sanitary 5eyver Rehah Contra�-
Y t� 00755 -Masquite pd 2t109 dP Year 111
� �, 00768 -�rcls Roed -&yantlrsrin to Gr.
. [3 0�77E-I.ebowcnarme� �
���; F � u0736-SummerCred:&Sycamore5d7
� � 097d7-GrartburyRead-Wiamesaboh
' � w .-. �.��at.o.ci�ir_�.. .
. .., � .
InIJ�+fnr *�•-�+NI� ilnFm�l� '•�nr*�: [r-5. i crsuc� v�rl� ] wxn
fa1JN �
hr�. I �-r�� I
ta.7�o��s�a�n,�n� ���eac,�r�, �
�Mi►�n. iPf1
�`� � ..
_.i.�
16.384 Miaosaft6cce::...
L1�
1
Two files will be uploaded for each submittal. A native schedule �le format either
Primavera .xer ar MS Projeci .mpp and a PDF version of the schedule will be uploaded
Verify that the file name contains the 5-digii Project ID, Project Name, and Submitta] Date
and follows the standard naming convention. Tnitial schedule submittal will be labeled as
`Baseline' for example:
0070 J -FlaxseedDrainageImprovements-Baseline
Schedule submittal updates will be labeled with Schedule Submittal Date `YI'YY MM' for
example:
00701-FlaxseedDrainageImprovements-2009_O1
Expand or select the Schedules folder and add both the native £ile and PDF fle to the
directory.
Froraa the Toolbar Se�ect DAdd Document
CTTY OF FDRT W012TH 2O18 CIP Year 3— Contract 5
STANDARI3 CONSTRUCTIpN SPECiFICATIdN DOCUMENTS City Projecl No.: 901452
Revised JiJLY 20, 2p18
�
f
�
I
E
�
�
!
00 32 15.4 - 0
CONSTRUCTION PROGRESS S�HBDULE — SUBMITTAL PROCESS
Page 3 of 7
h.• ,.al ':mvr �oa. rti}�
� S' �ad • _7
ii�r':i ��loil ���bEl::r�C
� �� }� � � 7� � :l] �dn ,`,� ^+� � �i � � '
Di:C=A�s ;� Ffofe .: .�If_.!.��II.:' '..� �i.�W�..�
�^ �� �k '007U3-AaxseedIXa�nageTmprovemrr� h �
L� , ,_} Fdder_ �'� BidForms @
� �[-`%{6iGResU�ses
� �+ ��,.] Construction
� 1 -�J ConsulWnts
��I ', � COA1fdCSOf
_� � -� Correspondence
" '� a-� GEcrera� Cantract Oomm�ts rnd SpeCi
� � F� � ProjectLNan7n95
_• ��j P�6hcMeetings
�1y1 . _ � RealProperty
.. . . E � •�
� , �-- �; Sdtedules Index.xls
� � �] LL6Yties
� +� 00J05 - Llr6an Y�lfages Ceniral Cius6er Six F
, ' 3�. � OOi05-Urban5�9agesCert�alCfus6rr5c��
�*� � 00705 -Urban Y3eqes SE C'hister 8erry�F�-
;=v.' k�, C+�-I� P0706 -i�rben YHlages SE [iuster Near Eaw
� a (� 00730-SaNtaryScwerRehabCantradlR
.�� + Q� 00755 - tAe3quile Rd 25164 CIP Yea� 1¢;ee
_ �.• � 00768 - Fitrks Raad -Bryant 3rvin 4� Cxer.S�
,� f� j � �,• �j 0�778 - Lebow C7wmel
� �+ �'� 00786-SianmerCreekWSY�mo�eSdioaJ �+
.�. � . � � r } {
Ni� �I.il'.: fnNflnl �Y �x
ne � ],_�li�w � �re � +`F<--
idied�!esLidex��ds FredGriffir� 16,389 Mi[ro5ofl
�a nl
Select B�nwxe and go ta the location of the files on yotar desktop.
Select Open
� � .5
J i{C� CC^_�IIf ": h.l�J IV Ilir Sr�ll.• � I' I:' R I�. Y4J C+R4 / R!GO W 8 C!'�IIN1�{ P.b�i�l fPR[[�6�.
445e�crL Lf°J�x � � �"
Gacumcnts "'_'..
41tec+4�nm=�r Flrriuiie j Hawca:�� � 1�3� �, F tae � —— -
�--
�,Fr�.
+baar�co�. .
p
Lo-cti �+ � Des�dnP ' � � �'
' �..jMYDaoznenk �'MindjetMindFk�9erPra7
'_f� � My Computer �Musimoffis Player
rra'nY�t ,��F9yNehvakPiaces �jiA[GveProjects
� Fr_��nem� �y��p�yatBPtofess�nal °i3Boardin�ass.pdf
,;,� �surnws�ovos �cieerrYperunn,� i
� ��-� �,_6uzzsaw900�8 �BCodRemrdE�iP�o
I.'" �"�' CH�t FIU.. VPI'! '�' Lrossnind Ph� Exam Sun 7.1
� �FdeZllla Cfient �Crystal Repa'ts 2708
� � �GoogleEerlh g',E1eHQuidcRckrmoeGuide.pd€
� HPPhotosmar[Express �+E3�sk�ehagmenter
4�I�5�iuliNil IP1,��olnsmartPremier �FreeSo�dRecorder
�'
I !'�r' HP Salution Cenler �FreeSournlRemrder.exe
, ! ��assEame�t �LaP�P�arity
�{�y�r �_��7uaes �Iogin.3PG
� F4crosoft Ygio Version 2062 [rrside Ovt eBook '�y,�dNetldeetlng
� � � r
� �I �� 1
h5,�l:p�.r.t f[e artr � '� I�I1
%rk� {a�� I
F�r��{b4Y IWIFies(`.3 '�
The file will appaax in the Buzzsaw Add to Project — Select Documents window
Setect Next.
CITY QF FORT WORTH
STANDARD CONSTRUGTION SPEC[FICATION DOCUMENTS
Revised JULY 20, 201$
2018 C!P Year 3— Contract 5
City Project No.: 101452
00 32 15.4 - 0
CONSTRUCTIdN PROGRESS SCHEDULE — SUBMITTAL PROCESS
Page 4 of 7
Do not select Finish at this time.
y 4 5eley#
fL�w-�.m�n1�
J4k4i� Cr�r.�iil
5�riltwcr�
riMRcaCm
�
u' ��] 5e!e[k do-o.�d m e¢r1 W d'rt P�ok'4t HA�d Pka� Yw [rl d14 i�01V t C�tip�erltl�e4+Tel (aPddSel}�
�� ����� �. � I � ,
P2e Ilenm ----- I N[:Gclls� � hWdf-_��.. �
G
I:�tir�+iil.�C.=cr.ri�a�dpl.�a�+aei6,�1119j�n��a C:Y1wvr�F#�R.�� 4�f1�... AA,25A
I
� I
.� I— —
�
+}r; � I Fmh I Can:.d ` l41p I
You wi11 be placed into the Attach Comment window to enter a record into the Project
Schedule Submittal Log.
�nter the Project ID-Froject Name-Submittal in the Subject Line.
Type Submit�al and Company Name into the Contment window alang with Cotttact Name
and Contact Phone Number.
Select Next.
rcl �C+�e�stC+n��k��L6eto�ihe�yer�edr�a��dMq�c-�,�yquF�ism�ml�ea�eMqW6n1�
iM1� aLeS+u ta4Wrwl
S+HA'L f74GJ11ERt5
I ydpXa�hM*�lGxnsr�e.sunr�xi
�,,uu�nra��,��„x � -=1 IH . ��� I�!!,�'��� ��3�!? .-� �f�� � � � �
Se'xl Fnisi 4hlr�y, i ���h}1-Flaxsee6[7rainageim�xa'x—enTs�[a5'+�ne - — --
hMl�p'�+ �
na��e smettu�e SubmEttn! fram'Company hiame
aotact hlame
oniactPhane
�_t�date Schedule Subm�ttal fram'Campany Name' for wo�ic perfarmed up fa ]anuary 31, 2009
;f=niactName
If.cr�YactPhone�
F�
• atic3! �ka� r I_ Fr�i � iaiwel J lie�+ I
CITY OF P4KT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS City Praject No.: 1 d1452
Re�ised JiJLY 20, 2�18
�
I
0032 [5.4-0
CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCE55
Page 5 of 7
; You will be placed into the Send Email Natification window.
>
. Select To and the Select Recipients window will appear with a list of Project Contacts.
� Select the Prajeci Manager as the To Recipient and the Project Controls Group as the Copy
Recipient.
�
1
�
, _ �._.i �,
i ��. ..�.��.. a.,U.,..�,��...,,,,....x�,.r...,_ ��,.W,�.� ,��-- � .,,,, v
ir. �r.��.nentF —7
y�`�
.,,., , ..,,,,., r �-`.i�.. i � i + � � i _ �
.,,,,,r.,,..� +- � � —
��.w,.��,,,,, I � --- — — - — - - -
4 I
rRli�r� I�a.�x�l.i..-. ........_� :
4
y■■ .�-ii �ha...,., ���«e:. -i .i � '
,■ ,•K?,w.H.� �r . �.:�. I-.. �_., i- � �� Gv-,.�.,..,
� ' # �onvs.., r�-. s... cr... �:,.. v.c...
TIEY51�.. Ne... Aro... I
T[OY ]G... T... �... ?x... Na... YK...
TrOY W..� T..• W..� T�i-... l41... tlK...
ll.B. H... ll.., H... E A... i#... Yf4...
��da... � . T... �F... �ra...
VirTw... Vit T... Cv... U5... P.e-..
vitlaMG... v... M... CG... AfF...
Vir.ha... V... N... CF... 3fJ...
Wnde... W... C... i1tl... Nc... p.t.
tNcndY... W... C... le.... 9h-., lS�...
xandEpo � W9Bnr... WN B... LYs... Ne... Pro...
Wllbm.�. W... G..� pvn�.. Ne.. Tu� .. � Ial}yvr Jenea�vd�fQans
N/��c[... W... 1... iP... 3]./..� Le�.�
Yv¢l!a .,. Y.�. P... PGI 1�/...
2ac�F... T... F... Na... Nz.�. Clif...
sedal.. M... M.�. FW...
�lu�ussiy. � A�Me... A... M... CH.�. 1f8..� si[... F�� I'�
FpF�itl6f... F�.. G... CF... ]/]...
_luclea 5�� H]Ny. Gro)ect...
_"'...
G� B¢flY�F* � !�t FhC'�Y ... £... 9... Pu .. ]Cl... e��f... �
Gr NEN C'.-.
G4rIVdCtL:• �, , �... . I aw I +..�..I_. I `4W �
Yea� 1 R" � ' '
� Select the Paste Commenl button to copy the Commeni into the body of the email
Select Finish.
�
�
CI'FY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUM�NTS City Project No.: 109452
Revised 7[TLY 20, 2018
00 32 35,4 - 0
CQNSTRUCTION PROGRESS SCHEDUL� — SUBM[TTAL PROCESS
Page 6 of 7
c. I� x� mut 5s oihn p-�p�rr7 m�nC�7 rapfW'4 A+ws ui W n� = rr smd�leE Nes TM1i tkq ti M�+�
i�e9e[e �weits
dl2.w-i Cnmrrnl
- � Saal M'ncaM
fivY�lCarnm
�
I '�FI�{[.hv.rr�k I
� � % � �, '•�a,� ��
Sn"' I I * � �tl GnTtin
��--J I�'7it�tConi7'oRYRPm— — — �
+�__� � �
wl�l; I4si7p3-Fin�s��rh-alnageIm�a�����ments-Baseline
�ecefne Schedule Su6mittal from'Company IVame
[Fnl�;t ili-�
C�ntart Phone
4>
�iotal+r Sched�le Sutamittal lram'Cpmpany Name' fnr w•ork Rerformed up to ]anuary 91, JAOB
a_or.'I�-t Name
ContacEPhone
_.�4 ! I Fnil� I L'arn I Hr.#p i
_ �
The schedule file is upioaded ta the directory. An email is sent to the City's Project
Manager and Project Controi Specialist.
_ } �r ; � � ; �
o- � +a� - -.] �' J �C �o k !� � �J sf "� .�l � ib' �J -
r�� a- .� iam+dnn�v _I : .
•!or_ � r t , i .
f � wTul-nmcmeaixm�aqeimPrc� •�• s w
� �. ;J @id Forms
� 1' i eW Re ses
I
_ 1,
��
'#'•
.�
� .:}
�
,f] L� Canstruction
n] �L cmmerea,ts
� �� C0I17dCSOf
` � 2 Corcespandence
a; Lr Gmeral cn,itract oaa�mmts and 5pe,�
3� i� -PrajectOramrqs
� 5.F PWCcFketings
r� I� Red Properly
r-� �J s.�.a,..
. . �-��J r::=�5aiianeedDrsna9rSmWnve��.
! �' Sdxd�des lnder..�is
" L urau�s
I: �OONS-UrbanN9agesCenVafCWsluS.x�
06706 -llr6an 15qaqes Cmtrat Clusler Sm��
I- � oo�w-urnen�u�gesseCk�s�rae��y-w
• 4 oo�•u�,a�wx��ssecrt�:�rk�.e�-
1• {;j �p7,'�-sa�iYa�ySewerReYxhCon7a[iU
�� �j00755-P9esq,iilefid2009CIPYeaE1(De�
' Q 00769 -Ooks Raad -&yant Gwrt 1¢Gra�iw
� (.2 00778 �Le6owChannd — I
� 4
� F�� � � �. �
i�Y ��rimr f _e ;'�c I � �.:'t.
. J._.
��`+�`{':-"J111a2%�1a� FfEQUT1IM ]6,ili9 MK10.50RFXt[Il'J... 11j11fL�W 9
'J ,��`~�� AvtieNan... 74,250 XQiFAe #f9f21109 A:U�
4
�•!1
Upload the PDF file using the same guideline.
END O�' SECTION
CI'FY OF FORT WORTH 2O18 CIP Year 3— Confracl 5
STANDARD CONSTRUC7TON SPECIFICATION AOCUMENTS Ciiy Prajecl No.: 901452
Re�ised NLY 20, 2D l8
0032I5.4-0
EOMSTRUCTION PROGRESS SCI [EDULE — SUBMITTAL PROCESS
Page 7 of 7
Revision Log
DATE NAM� SUMMARY OF CHANGE
7uly 20, 20 ] S M, Jarrell [nitial Issue
CITY OF FORT WORTH 2D18 CIP Year 3-- Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Praject No.: 101452
Kevised JULY 20, 2018
00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of 1
SECTION 00 3� 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to compiete a
Conflict af Interest Questionnaire or certify that one is current and on file with the City
Secretary's 4ffice pursuant to state Law.
If a member af the Fori Worth City Council, any one or more of the City Manager or Assistant
City Managers, ar an agant of the City who exercises discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is afiiliated with your company, then
a Local Government Officer Conflicts Disctosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms �nay be downloaded from the links provided below.
htt s:l/www.ethics.state.tx.us/data/farms/confJict/Ci . df
htt s:Uwww.ethics.state.tx.us/data/forms/conflict/C[S. df
I�l
�
��
�
CIQ F�rm is an file with City Secretary
CIQ Form is being provided io the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
0 CIS Form is being provided to the City Secretary
M�c��N�or� coNsr. co., ��c.
P.O. BOX 999
BIDDER: �[�R�ESON, T�XAS 76097
��� ��������r�', �R��l��lT
Campany
Address
City/State/Zip
.
. �
� . I /
. � ��-
_ � ,�I/..1����J
Titte:
'��� ���&��,�����, ����������'
{Please Pr�nt)
END OF SECTION
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STAlvDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No.: 101452
Revised February 24, 2U20
oa ai ao
aio FORnn
Page 1 of 3
S�CTION 00 47 QO
BID FORM
TO: The Purchasing Manager
cla: The Purchasing Division
200 Texas Street
Ci#y of Fort Worth, Texas 76102
FQR:
2018 CIP YEAR 3
CONTRACT 5
City Project No.: 1fl1452
UnitsiSecfions: Unit 1: Water fmpro�ements
EJnit 2: Sanitary Sewer Improvements
Unit 3: Pa�ing Improvements
9. Enter lnto Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter intn an Agreement with City in the forrr�
included in the Bic�ding Documents to pertorm and furnish aA Work as specified or indicated in the Contract Documents
far the Bid Price and wiihin the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Dacuments.
2. BIDDER AcEcnowledgements and Certification
2.1. In submifting #his 8id, Bidder accepts alf of the term5 and conditions of the IfVVITAilOiV T� �i[7DERS and
lNSTRUCTIONS TO BfDDERS, including without limitation those dealing with the disposition of Bid Bond.
22. Bidd�r is aware of all costs to provide the requirec! insurar�ce, will do so pencEing cantract award, and will
pro�ide a �alid insurance certificate meetirrg all requirerr�ents within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or pn behalf of any undisclosed
indi�idual or entity and is nat submitted Rn conformity with any coilusive agreement ar rufes of any group,
association, arganization, or corporafion.
2.4. Bidcler has not directly or indirectfy induced or solicited any o#her 6idder to subrnit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from b�dding.
2.6. 8idder has not engaged in corrupt, fraudulent, collusive, or caercive practices in competing far the Contract.
Far the purposes of this Paragraph:
a. "cortupt practice" means the offering, giving, receiving, or soliciting af any thing of �alue likely to
influence the action of a pub[ic ofFciaE in the bidcEing process.
b. "fraudulent practice" means an intentional rnisrepresentation of facts made {a) to influence the
bidding process to the detriment of City (b) ta es#ablish Bid prices at artificial nan-competiti�e
le�efs, or (c) to deprive City of the benefifs of free and open compefitior�.
c_ "collusive practice" rrzeans a scheme or arrangement between #wo or rr�ore Bidders, with or
without the knowledge of City, a purpose of which is io es#ablish Sid prices a# artifrcial, nan-
competiti�e le�els.
CfTY OF FORi WORTH 2418 CIP Year 3- Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101452
Form Revised March 9, 2020
00 41 00
ela FORM
Page 2 oT 3
d_ "coerci�e practice" means harming or threatening to hartn, directly or indirectly, persons or their
preperty to influence their par#icipation in the bidding process ar affect the execution of the
Co�#ract.
3. �eequalification
The Bidder acknawiedges that the following work rypes must be pertormed only by prequalified contractors and
subca�tractars:
a. Water Distribution, Urban and Renewal, 12-inch diam�ter and smaller
b. Sewer Coflection System, Ur6anlRenewal, 12-inches and smaller
' c. Sewer Pipe En[argement 92-inches and smal�er
d. Aspha[t Pa�ing ConstructionlReconstruction (15,000 square yards and GREATER)
e Concre�e Paving CortstructionlReconstruction (15,000 square yards and GREATER)
f. Roadway and Pedestrian Ligh#ing
4. Time of Completion
�.'1. The Work will be compfete for Final Acceptance within 360 days after the daie wher� the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Cor�ditions.
4.2. Bidder accepts the pro�isions of the Agreement as to liquidated damages in the event of failure to compiete
the Work {andlor achie�err�ent of Milestones} wikhin the times specifed in the Agreement.
,. Attached to this Bid
The following documents are afitached to and made a part of this Bid:
a. This Bid Form, 5ection 0� �41 00
b. Required Bid Bond, Section 00 43 13 issuecE by a surety meeting the requiremenfs of Paragraph
5.01 of the General Conditions.
c. Pro�osal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resicient Bidder, Sectian 00 43 37
e. MWBE Forms (optior�al at time of bid)
f. Prequalification Staternent, Section OD 45 12
g. Conflict o� Interest .� Section 00 35 13
*If necessary, CIQ or G�S farms are to be provided directly to City Secretary
h. Any additional documents that may be required by Seetian 12 of the Instructions to Bidders
6. Tota! Bid Arnount
CITY �F FORT WORThI 2018 CIP Year 3- Confracl5
STANDARD CONSTRUCTEON SPECIFICATION �OCUMENTS CiEy Project No. 3D1452
Form Revised Nlarch 9, 2020
� 00 41 00
BI� FORM
Page 3 of 3
6_1. Bidder will compfete the Work in accordance with the Contract Documents for the foliowing bid amaunt. En
the space pro�ided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreecE by the �idder in signing fhis proposal that the totai bid amount entered below is
subject io verification andlor modification by muEtiplying the unit bid prices for each pay item by the respecti�e
estimated quantities shown in this proposal and then total�ng ali of the extended a[noun#s.
6.3. EvaEuation of Alternate Bid ltems
Unit 3: Pa�ing Improvements
Unit 3: AEtemate A, POL Paving Impro�ements
Unit 3- Altemate B, Concrete Paving Impro�ements
TOTAL BID, UNITS 'I, 2, 3& UNIT 3-Alternate A
TOTAL BID, UNITS 9, 2, 3& tJNIT 3-Afternate B
�. Bid SubrrEittal
This Bid is submitted on 1 111 91202 0
Respe ully bmft#ed,
By:
(Signature)
Dan McCiendon
{Prir�ted fVame)
$935,447.OD
$1,453,761.OD
$1, 520,618.30
$4,411,984.00
$4,478, 841.30
by the entity named below.
Receipt is acknowledged of the Initial
fallowing Addenda:
Addendurn No. 1: DM
Addendum No. 2: DM
Addendum No. 3:
Adder�dum No. 4:
�'itEe: President
Company: McClendon Consf Co fnc
AdcEress: PO 8ox 999
8urlesan, TX 76097
State of Incorporation: �exas
EmaiL- ^ -���,.. - ��t..,,...;�..
Phone: 8171295-OD66
E9dD OF SECTIOFd
CIT`( OF FORT WORFH
STAMDARD CONSTRUCTION SPECIFICATlON �OCUMENTS
Form Revised March 9, 2D20
Corparate Seal:
2018 CIP Year 3- Coniract 5
CiEy Prajeci No. 107452
�
00 42 43
BID FORM
Page 1 of 7
sEcr�o�u oo az a3
PROPOSAL�ORM
�1��� ����� ���
Projact Item Infarmarion
Bidlist Item
No.
Description
�id���'� e�ppli��ti�n
Bidders Proposal
Specification Unit of ��� Unit Price Bid Value
Section 3vo. Measure Quanlity
1 3311.0261 8" PVC 1Naier Pipe 33 91 12 LF 49'[7 $79.00 $349,9Q7.00
-- _ _-- ---. _.._.__.-_____-_-_ __ _._ _.._.-_ ____.._�___.._.____..... ....._.__.,..____. _._.. .._._.._._.._ __, ._.._.___. --- ----- --
2 3311.0161 6" PVC Water Pipe 33 11 12 LF 44 $64.D0 $2,816.40
- _ . . -_ __--__ _-__ ___. _ _. _ ___ __ _.__ . _.�_.. ___ _ _ .. .. _ ... .. . . . . . ...... . _.._ _ . _ . . .-- - - - - - - -- - ----�- -
3 3312.3003 8" Gate Valve 33 1220 EA 11 $1,650.00 $'[8,15Q.Op
- - . _ . .__ _ _,___ _ , _ _ _. _ --_ T. _�� _. ____.. . ___. __. __ .. __._... _ _. __ _ -- ---
4 3312.3002 6" Gate Valve 33 'E2 20 EA 3 $1,250.Od $3,750.pp
---__- ____ - -----_- _---- -__.___ _______� �__...�_.____.�______. ....._..._..._.. .._. _...__......._...... _..___.._._.._ .
5 3312.0001 Fire Hydrant and Ext�nsion 33 12 40 EA 4 $4,650.00 $98,600.00
_ _____ .___----.__.___---.-� ----__.� ___._.�.___-- - - _ _.�......__________._ ....... ....... _..._._._.... .._.__..---.._._.____..__._----_._______--------._._._------
S 3201.0113 fi' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 1Q0 $100.Q0 $10,D00.00
-- _ -, - --. . .. _ _ - __ .. .___._ ____ __ __.______.. � ___ __._ . _._...._ _ . ... . . . ...... . _. _.__._ _... _ ______ -- ---- -
� 32D1.0201 AsphalE �vmt Repair Beyond Defined Width, 32 Q'E 17 SY 100 $i5.00 $7,50D.00
Residential
_ ________.. ______. _._.._ _ . .... _.. .... ._ .. ._._ - -- --- --___ -_-- ----------.____...W_._._. �_.__--. _- ---- -� _ ._ __ ___ . __- .. --__ . _ _ _.
8 32p9.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $150.00 $7,b00.00
_ _.____.__.__ �_- --- _ .... ____ --------- Y �� _�._ _- --_ _ __ __ _. _._ .__..
9 3201.044p Temporary Asphalt Paving Repair (2" 32 01 18 LF 5000 $18.00 $90,000.06I
WMAC on 6" Fiexible �ase Course
------- .__ __ . . _ _._. _._ _ _.._- . _._ _.._._ --__...__ .. _ ___�_____ _.__.__.._..___._ ___
10 024'i.1302 Remove 6" Water Val�e 02 41 14 EA 5 $100.00 $500.00
__. . _...______.__��__v__._.----,---------__ ___ - ___.....____m _____.�._ __._._._____.._.____.._..___________._�.._.._
11 0241.1303 Remove 8" Water Val�e a2 41 14 EA 6 $10Q.00 $600.60
_ _._._.__------��.______._._ ..__.__ ._ ..__--- __...__ _. __ ___ . ___.__._______.-___.___.__�_.______...______.__.__._._. ______._.__...___..--
12 0241.9510 Salvage Fire Hydrant 02 4'[ 14 EA 3 $300.00 $900.fl0
_.... _..__....___ r.-_.__r_._._______._..__.._- _.. ..__.._ .___.. __._.._._--_.__ �-_-__.____�_.__..�.___.___._.._._.__._._..�.--_
13 024'! .15'I 1 Salvage 3/4" Water Meter 02 41 14 EA 928 $50.00
_. __.__.._. .._. _.r_____.._------__.�._._._ ._..___ ... ____.-- _ . _.____--.---.--------..__.__.____.__._.__._._�_.____.
9�4 D241.1512 5alvage 1" Wafer Meter 02 41 14 EA 9 $50.00
_ . _ ._... . _....__. _ .W_.____ _� _...� ____ ___. _____. __._--__ .----__... ._.. _ _ . .. ..._�. � ._ __._ �_ _ ________ ._._�_
15 3312.2004 1" Private Water Service Relncation 33 12 10 L� 25D $20.00
.... .........._ __________-----.__.___.._._�.___.__�._�._._._._.._-- --._._. _ ..�- -...._____._.__..�_____________.__.____
16 3392.2001 1" Water Ser�ice, Meter Reconnection 33 12 10 EA 128 $335.00
_. ..._.._.__.__.-_---- -_.--------..__.___________�___. _�_.____-------- _- ----. ,-- ____. �._._.m_.____�__�_.__.______�---_-------
17 3312.2003 T' Water Service 33 92 10 EA 128 $'1,500.00
� .._._ _ _ -- --- - -- _____ W. __ -- - ..._ __ __. __ _ .. _ . _.. �._. � ._ _ _ -- ._ _ __�.._ _ ._.-_ �__..__
18 3312.2101 1 112" Water 5ervice, Meter Reconnectivn 33 12 10 EA 1 $650.00
_.. ._........... _-_----..�_ __-_____ __,_-- --- -- --- - �___.___._...__...__........_.._._._����_ �.__
19 3312.2103 1'l12" Water Sernice 33 12 10 EA 'E $9,750.00
_.. _. __� �_ � �.---- ---- . __ . _. _ . . _ . _ _ _ .. _ _ __ _ _ _ _..___ _T�. ___ ._ _. _�._ __.. . .____
20 33122201 2" Water Service, Meter Recannection 33 1210 E4 1 $740.00
____. �.....__ ... ........ . ... .. .._. _. .._ __. _._--- _ _ _. _�_ _ __..__ _.. _ - - ____._ ._ _� �_.
21 3312.2203 2"WaterService 331210 EA 9 $2,900.00
_.__ ---..._ . ... ...........__........___ p---. __--.---------_�� ��_ _..__..__.___ _. _ _...__ ___, .._ �_�.._��
22 3305.0202 Im orted EmbedmenUBackfill, C5S 33 Q5 14 CY 9 DO $95.00
�.. .._. . . _._.__ -------- -- �._ _ _ .. _--- _ - . ___.� _
23 3305.02Q4 Imported Emhedment/Backfill, Crushed 33 05 10 CY 100
Rock $35.00
_ ____.______ ._._.__ _. _ .._.._ _.__ . _ .._ _ _,._ _ _.__ .- _ _ _ _ __.._------ -----____.__ ____��..� ._ _._ _._._.. � ._ .. . ..... . .. . .. _.._�. _ . _ _
24 3305_0207 Imported EmbedmenUBackfill, Seiect FiIE 33 05 10 CY 100 $25.DD
--- _--. _ ----- ___ _-_ _ _ _ _ _ .. _-- _ ._ _ ___. _ _ .. -__ _� _ �_ � .��_ _.____, ..__ _... . . _.... .. . _ . . .. . . . _ . � .. .._ , __ ..
25 3311A001 Ductile Iron Water Fittings w/ Restraint 33 19 91 TON 2 $7,500.�0
_ _ - - -- --.__._�___. ____ .. _ _._ � _ _�_� __ __
_.
26 3312.D117 Connection to Existin� 4" 12" Water Mam 33 12 25 EA '[2 �3.200_00
__._ _.___ _.� _ -- - - -- --- _.-- - ��._. _ _- _ _.___ _- - -. --- _-
27 33�5.D003 8" Waterline l�owering 33 05 12 EA
__...._._._____._ ... _. � __ ... . - --. ---__��_�_-� .-- -- - _ . . _ _ _._. _ _ __.
28 3305 0'I03 Ex�lorato Excavation of Existing _Ufilities 33 05 3Q EA
___ _ _.__ _ __. _. __..._ �_..,,
29 3304.01D1 Temparary Water Seroices 33 0�4 3Q LS
_ ..__.-.---� -- -___ _._.. --- ._.._. ......_. .._. ..._ _ _ _--
30 3125.0101 SWPPP >_ 9 acre 39 25 00 �5
- __ _ _ ---�-----__-__ _ .-- __--_ _ -_ -----... . _. . .. .. ._ . . . � __._.. __- ._ _._. �
3'f 3305.0909 Trench Safety 33 051p LF 1
- - __._ . __---- _�____ ____._. _._. _.__..__ _ _ _..___ __._.__------
32 3305A910 Utility Markers 33 05 26 L5
CITY OF FORT WORTH
STANDAFtd COklSTRUCTlQN SPECIFICATION �OCUMENTS
Form Revised March 9, 2020
$50.01
$42, 880.00
$192,000.00
. ��m_ $650.00
� $1,750.00
�^� �^�rn$740.00
� $2,100.00
$9,500.00
-- $2,500.00
V $15,000.00
$6,000.00� $12,006.00
_. __ .___.� __ ....__ ___ - -----._ _ . __..
1 $89,500.00 $89,500.00
--- -_ _._ -_____ _ -- -
� $7,250.00 $7,250.Q0
---- - - - __.__ _
ioo $o.as $�o.ao
_ �. ._ .----- $9 00.00 . �. _._ _ $1 �0.00
2018 CIP Year 3- Conlract 5
City Project No. 901452
A4DENDUM 1
�004243
BID FORM
Page 2 of 7
SECTION OU 42 A3
PROPOSAL FOFZM
�1��� ����� ���
Pmject Item Information
Bidlist Ifem
No.
Description
�i�Jd��'s A��li���i�r�
Bidders Yroposal
Specitication i3nit aF i3id
SecCion l�io. Measure Quaniity �nit Price Bid Value
33 0171.OQ01 Construction Survey (GPS Recf Line Sur�ey) 01 i9 23 �5 � $5,000.00 $5,p00.00
.- ___. _m - - _.___.._____.___ _.__._...�__ _.__ __._._.___.__. _.. _. _ ._.__. _ ... _ ___. .. �._ ----.____�.... _ .__. - . _. .__..,_.. _ . _ _ ___ _--__._ _._._._W------------
34 0171.D00'! Construction Staking (Water) 01 71 23 L5 1 $8,000.00 $8,000.00
__ _ . ._ __. .._ _ .._.._._ . .--- - _.__ _ ___ _ ,_ ._._ ... . - ._ .... . .. _. . _ _ . . _ __ __. _ - - _ _ _ _. - _ _._.__. � � �. _
35 3471.00D9 7raffic Cor�trol (Water) 34 71 13 MO 5 $8,750.D0 �43,750.00
___. ___. _-._ __ __.___..._ ____... _._ ,.__ _ _.__ _ .___.._ . . . ...... . . ....... ... . .. __-... . ..._._ _ _.__ .. �_ . ..._ _. _ . ._.. _ . - - ----___ _�.-._. .____ __. ___..____
3F 9999.0001 Water Consiruction Allowance 00 00 00 LS 9 $60,000.00 $6D,000.�0
Unit I: Water Improvements Tofal
$1
�1 33b3.b001 Bypass pumping 33 03 i0 LS 1 $25,500.00 $25,500.04
� - - __- __- ._ _ _� _ _ _. _ _ ._.__ _ _ _ _ .__ _ __ . .. _ __ -- -.. ._ _ __- - -___.. �_.. ___�.---________ _-___
2 3331 _4115 8" Sewer Pipe 33 31 20 LF 764 $103.00 $78,692.00
__ _ � _ _ _..... _._ _ __ _.. _.. ._ _ _ .. .. _ _ _ __ . _ __ . . ._ __ -__ -- - _ __._ W _- -
3 3331.14D2 8" Pipe EnEargement (6" to $") 33 3'[ 23 LF 3625 $57.00 $2Q6,fi25AQ
_ _ __ _--.._.._.� _...�_ _ _-_.._.. _ _. .._�_. _.__._.__..__. _ _ . _.._._ ._ _ . ___ .__...._--______- --__--
4 3339.110'! 5' Manhole 33 39 20 EA 2 $7,750_00 $7b,500.00
.._______ _ _ _ .._ _ _ __ .. ._ - _ _ .. ____ _ _ _ _ _ - _--�_�. ___ __ _ __.. - � _ _ _ _.. - - ---- --- ___. �_ ___ .._ --_ --
5 3339.1001 4' Manhole 33 39 20 EA � 1 $5,250A0 $57,750.00
_ � _ _ - - - -..- - - - -.. _ - - - - - . . _ - W �- --__ _. . - -� - _ __-_ . -- -- - �___�.__ _._...�_ -_v
6 3339.'f 103 5' E7ctra Depth Manhole 33 39 20 VF 4 $40D_00 $1,E00.00
___ __ . __ _ _ -- ..___ _-� �- ---- -�_-____.__ . _ _--- - -_��_.____._.....--�- -----______.
7 3339.1603 4` E�ctra Depth Manhoie 33 39 20 VF 8 $300.00 $2,400.00
-� - _ -- - .. -- - -- -- - - -_ __ _ __._ _______ _ __ --- ---- - __-____ --�_.�_.._�_._
8 3339.1006 4' Fiberglass Manhole 33 39 30 �A 7 $5,250.00 $36,750.00
-- ---- - - - _._ __ -_ _ - -�--.. _ __ _. --- --- -- ---- --W--�---__� __ __---
9 3339.']00$ 4' Fiberglass Extra Depth Manhole 33 39 25 VF 7 $300.D0 $2,1pQ.00
--- _.._.._ __ . __ .. _, _.. _. _ .. .._ _.__ ,..._ _. _. _ _. . ___ _- _ __ _____-_ __ _ - - -- - - _ ..__-._. �. ___ _.-.�_-__.__
10 3305.41'I2 Concrete Coliar 33 0517 EA 10 $750.D0 $7,500.00
--- --- - - . __ .. - ... -._____ - .. - .. _ �-- ---.__._._._. _ ..._ - - - ---_ -- __ -- -�.___....__.._ __W �_-__
11 3331.3101 4" Sewer 5ervice 33 31 50 EA 136 $525.�0 $71,400.00
_. -- _ _ ._ _._._ _ _ ._. _ . - - _ _ _ __.._. - -- ---- - - - _ - -_ . - - - -__._ .._.._ �______�._ W___-
92 3331.'i201 Service Reinstafement, Pipe �nlargement 33 37 23 �A 117 $9,200.00 $14p,400.a0
- - _ _ - _ _ . _.._ _ _ _ ..._ _.._.. . _._. __ _ _ __ - -- -- ..._ ----__ _-_�_-.___ _�...._...__
13 3339.0004 Proiective Coating - 5' Sewer MH 33 39 60 VF 20 $375.Oa $7,500.00
- - - _ _ _ _ __ __. - -- .. _ _ _ _ - ---- - - _ - , -- - - - -. _ _.._ _ _ _. __ _ _ � __ ____. __ _-_ ____ __
14 3301.0101 Manhole Vacuum Testing 33 01 30 E4 20
�� 5 � 3201.0201 Asphalt Pvmt Repair Beyond Defined Wid#h, 32 01 17 V� SY ` 56
Residential
�_ f�F � T 3209 0400 Tem ora As �haltTPavin R� air {2" �
$1
16 �MAC on 6" Fiex bfe Base Course) 9 � 32 01 7$ LF $22 $22.00 $1 S,0$4.06
_._ ._ . ....... _. . __. _.. ._.._ . ._ ....__ . . . .._. _ W_. ..,._ __ .,._ ._.. _. _._._. _ .. __.___._ __ .._ _._ __ ..__... , . .. _--_..__ .
17 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 3Q $75.OD $2,250.00
__._�. . ...__ _ ._ ...___. ._...,..__ ._ . ...... .. . . ..... ,., ..__-__. _..... _ . _..... .., __..... __ _ _...._ .__._ .__ __.. _._ _ _ _ _...._.... _ .. .......�. _
18 0241.1300 Remove Canc Curb & Gufter D2 49 15 LF 40 $12.00 $480.00
� ....-- ._ ..... _ .._. _ .. ... ... ...... ... . .._ _ ..._ . ..._.. .. . ..._... . .. . .._.._ . _..---- - ------ _ ___ __ ___..... _.._. ... _._ .__ __...
19 32'16.0109 6" Conc Curb and Guiter 32 16 'f 3 LF 4p $42.OD $1,680.00
_____. . . __ . _._ _ _.._.... . .� ... .. _ _ . __.. _ _.... .. .. . _. _..._ . _. _.... _... _.. ... . .._. .._ _ __. _. . .. .... . .�_ ._..� . _-_ ______ .. ...
2p 0241.0504 Remo�e Fence 02 41 13 LF 540 $5.00 $2,700.D�
_......_.. .....__ _ .._.._ __ _..... __. ..._. _..--.-- . ... . .. ...... _. ......�..._... ._. _ _..._.. _ ._....._ _.__.... _. __ . _.._.__ _.. .....
21 3231 A121 4' Ghain Link, Aluminum 32 31 13 LF 260 $15.D0 $3,90D.Db
_..... _ .._ ... .. .. ..... . .,.... ... .... ...� . _.. .._ ..,._ . _.._. .._. ... _...._- ....... ..,_...._. _ . ...... ._.,.�._ ....._... . . __..... ____----- -
22 3239 .0412 6' Fences, Wood 32 31 29 LF 26Q $20.00 $5,200.00
. ..._. _.. ... .. _. ___.,_ __ _ .... _ _...._ . .._...... _... .. .... ..... ... . . ._. . ._. .. .... __... ..__ .. _ ........_ .... _ . . _.._..._ . .......
23 0241.2201 Remove 4' Sewer Manhole 02 41 14 �A '10 $9 ,gOD.00 $'! 0,000.00
24 3305.0'I06 Manhole Adjustment, Major, lncludir�g Cover 33 0519� �A 1 $3,350A0 $3,350.00
--- _. __ �.�-. -- ---v �_ -�_�_. _ _ ____ _-- - -----__ _ ._ _ _ _ _ _ - - -- ---...__..�_.._
25 3305.0202 fmported EmbedmentlBackfill, CSS 33 05 10 CY 25 $95_00 $2,375.00
CITY OF �ORT WORTH 2O38 CIP Year 3- Gonfract 5
STAhF�ARp CONSTRUCT[ON SPECfFlCATION �OCUMENTS City Projeci No. 401452
Form Revised Aqarcfi 9, 2020 ,4�DENOUiu] 1
�
00 42 43
61D FORM
Page 3 af 7
S�CTION 00 42 43
PROP05ALFORM
���� r���� 9��
�idd��'� �4ppli�at���
Project Item information Biddcrs Proposal
Bidiist iEem Specification Unit of Bid
Description Unit Price Bid Va[ue
No. Section No. Measure Quaatity
----� _.._..____. ...___�._._�_________._.____._.____._, _._�______._..__._W_--_.__________ ___ ____ _.- _._ __ _------ ___._,__.____ ._.__ _._-------__.__.__.._
26 3305.02Q4 Imported Embedrnent/Backfill, Crushed 33 05 90 CY 25 $35.00 $875A0
_ Roc[c
27 3305.0207 Imported Embedment/Backfill, 5�lect Fill� 33 05 10 � CY ��� 25 �� $25.00 ��� $625.OQ
_. __-----------____�._._-_---._�.��__�_.____�_.�._�__�___.._______._____ _�-_�_------�.�________�..�. , _...__�.�_
28 3301.0001 Pre-CCTV Inspection 33 09 39 LF 3625 $S.OD $18,125.00
-- ... _-_. _ � ..� __._.. ..._____.. _....__.� ._._ . �._. �- �._ ___ ._ _ ____�_ w �.__ ____� _.__ ._. ___ _._,._. �__.�____ _ _ � ��._.___ ___
29 3301.00D2 Post-CCTV Inspection 33 0'E 3'� LF 4389 $12.00 $52,668.00
30 3305.0909 Trench Safety ��� �� 33 05 10 LF ��1404 $1.00 F $1,004.fl0
-- - -- -- - � - � _ __ _____�.� __ _ ._ _ __... __�. ____.___.__ __�___.__.__, �_._._ __. _ _ _ _.. _.____
___31__ 33fl5 D103 Exploratory Excavation of_Existing Util�ties 33 05 30 EA fi $1,Q00.�0 $6,OOOAO
---_..__ _ _ _ ___ __. _ .____.. _ _._ _ W ___.__��_____
32 39 �[0.0102 6"-�12" Tree Remaval 3i i0 00 EA 5 $80D.�0 $4,040.00
_._�_� __.. ___.__---.______ ___.� __.___ �._._._ _ ._ . . ____ .. _ _. _ _--- - _.�-.-- -. .__ .. __-- - - ._ .__. _ -- - - - - - .. .__ _._ _._ ______ _____ ___ _.._
33 3110_0103 12"-'f 8" Tree Removal 31 10 00 E4 5 $1,5DO.Q0 $7,5Q0.00
�._-__-_ _.____ _�__...___. r.. ___ . _�..._... _.___._..----� ---_ �--- ----- ----- - -- _..__ - - _.._ ._ __ _ - __ ... _ _ _-� ----__. _ _...__._
34 3110.0'! 04 '18"-24" Tree Removal 31 10 00 EA 5 $2,�00.00 $10,DOO.DO
� r_..._�._.___ _______.__._-___-_.____..._�-----.__�_._____._______.--------__ ___. _-- __ _____ _ __._.--- _.___-..__._.�___._. _.--.--
35 3'[10.Oi05 24" and LargerTree Rema�al 31 10 00 EA 5 $2,500.00 $'[2,500.d0
---__..�_. _�._.W_W---___________.�__ .�__.�___�..___- _.__ _ ___..�___ __� _- ------ - _ _ _ .- ---- _ _ . _ --- -_ _- --__. ---__ _ __._.�____. _ .---.
36 32'! 1.0119 4" Fiexible Base, Type A, GR-'I 32 '! 1 23 SY 30D $30.00 $9,OOD.00
_ _. .__-. �--_W.-� __ ._.�_ .._. _.__ � ______.____._. _ ----------___. _ __ ._ ._._ _. __.---- _� _-_---__.. _. _.___ �__. _ _�_ _�_ _ _ ._
37 3291.0100 Topsoil 32 91 19 CY 6 $25.00 $154.00
_ _..____.__.._ ___�_._____._._.__ ._.._. _._. ___--. __ __�__..__.__._.. _. _._ .� . __._. . _._ ___..---� _. _ __._ _ _ ---_. �._ �.-- -_._ _ ___�..__�. �..�.._ ._.._. _._
38 3292.0100 81ock Sod Placement 32 92 i3 SY 240 $5A0 $1,200.00
__...- --_.__. �.._.___..____.____.__.___._.__._.�__�__�.� ______.___.._____._._._.__._._�..W_._W__..W_..______.._Wr---r---__--_--_-_--_---�___.._..
39 3292_040� Seeding, Hydromulch 32 92 i3 SY 240 $5.00 $4,200.00
_...._.._.____._..___.__.._.__..._._______._.____..___.____.._.__.__.._..___ __._.__ _ _____�_._-- ----.___..__W .__�_.._._.. __.�___�.___.__ _.___._�....___..
40 3125.0'I01 SWPPP ?'! acre 31 25 00 LS 1 $6,750.00 $6,750.00
___.�___ ____ �_.__________ �_ � _W___. ________._. _ .�_. � ---- ---.__ W_.._______ ---_ --_-. -- ----_..- -_ __.__._.__ .�_._------_----_. �
41 3471.000'� Traffic Control {Sewer) 34 71 13 MO 1 $8,750.00 $8,750.00
42 0171.D001 Construction Survey {GPS R�d Line Survey) 01 71 23 LS '1 $5,000.00 $6,000.00
__,_.._,�.__��..,___--------_--------------___._--------------_. __._. ........... ..___.._..___.._......._.._._._..--------..__._...______---------..__..
43 0779.aQD1 Construction Staking {Sewer) 01 71 23 LS 1 $3,QOD.bO $3,0OO.OQ
_.�. _�__..._._._____._ _..__., _ .._.._. .__._...__........_ ..__..__..__.. ... _......... _..._ ..._.... _._._ -- -------. _
44 9999.flOp0 Sag Adjustmen# 33 39 23 LF 300 $125.00 $37,540.04
-___-__.._____.__�____-__�___... _.....___ ........ _-----.. .. ._. ._- - ___. .. ._..._ _ ._.. .... ...... ....__.. _ __..____ . _ ......
45 9999.00Q1 5ewer Constructian Allowance 00 Oa QO LS 1 $70,OOa_OQ $70,000.00
� Unit 2: Sanifary Sewer fmprovements Tatal Bid $964,�33,00
1 0971.0001 Constructipn Staking (Paving)
2 0249.0100 Ftemove 5idewalk mm��� �
3 0241.0300 Remo�e ADA Ramp ��
4 0241.0200�Remov� Step �� � � T � ^ � � � � �_ T
5� 0241.0402�Remove Asphalt Qrive �� ��� T
� 6 0241.Q401 Remove Concrete Drive� ��
7 � 0241.1000 Remove Conc Pvmt � � �� �� �� ��
�8 � 024'l.1300 Ftemave Conc Cur� & Gutter �T��mm�T� T
9 �241.1400 Remove Conc Valley Guiter f^"AT�-�.^
--- - ----- . -_.._._ ._.- _.__ _--� � __ �-__. -- -_ � ___ __.._ _ _.._.�_ _______ _� __.
'i0 6249.4001 Remove 10' Curb Enlet
017123 LS 1 $27,500.00
___.___..__.___.._..._.____._..__,.._____.... _. _..--------.-----..�. _
02 49 13 5F 36fi0 $2_Ofl
_..� � __.�..._ ____ _. , ... __. . - ---_....___ _..� __ _.. __ .---... _. _ ._._. _ __
02 41 13 EA 5 $100.00
____. ___.__..__ .__.,... _ _.. __ .. _.._.._.__._. . .. .. . .......____._. __�
02 41 13 SF 330 $3_50
__ � _.�._ __._._.__._._...___.......___..__... _._._...___�__�
02 4T 13 SF 71 Q $2.00
�.._ __.� ._.__ _____ _---. _ ...._..__.__----... .... . . _..._.._.--- ----_.
02 41 13 5F 1280a $2.50
02 41 '15 __ __._- 5Y -._. _ _ _._. __.5� _ ._._. .- _�-�15_00
-- ___...---.�.._._ ....__......---.. ... . _...._.._._.._. . ....... ...... ..�.._...�
024115 LF $1$0 $6.00
_ .__..._.__.._� _.._._.._....__. ..___._.__...._ ..... ..........- -�
02 41 15 SY 90 $41.00
0241 14 _. EA___ ________1 -_-_-$2,000.00
$27,500.00
_ __�_� ___._�_._._.._.
$7,320. QO
$9,1
$1.4
._.._._ -- $750.00
$49, 080.ff0
� $99D.00
� $2,000.00
CI7Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATfON DOCl1MEN7S
Form Revfsed March 9, 202D
2098 CIP Year 3- Conlract 5
City Projecl No. 901452
ADDENQUM 1
,,
,
` 00 42 43
� 63D FOR�vI
Page 4 oF 7
SECTiOId 04 4z 43
PROPQSALFpRM
�1��� ����� ���
Yroject Ttem Inforn►ation
�idc���'� A��Ii���vAr�
Bidder's PraposaE
Bidtist ltem Specification Unit of Bid
Description Unit Price Bid Value
No. Section Ma. Measure Quantity
._., ._._�.._�_ ..... ........---.�.- .........---...._..._............�_...._...__........_..._..........�........... ..._.......�_..... --..___....._ _.._..._._..�._._...._.._.._--......�..__...- --....-------_.... ----
9'[ 3314.0101 Site Ciearing 39 10 00 LS 1 $7,000.00 $7,000.00
_....._. __._. _ _ .... _.. _.... _. .... _ . __ _., ..._.._ ..__ ..._. ._...... __ _.. ..... . .__..._ _...__._
12 3110.0'i 02 6"-12" Tree Removal 31 10 00 �A 2 $400.00 $800.OD
._... ___. __.. . ._. . ...._ .. _..._ _. _..... _ .._.... .. �..._ ... - - -..... _.... _ ..._.. _ . ._ ._ ..._ _ _.... ..� � ........ . ....... ...... ... __....
13 3190.0103 32"-18" Tree Ftemoval 31 10 QO E4 1 $800_a0 $800.00
_______ ._.. _ _... _. �_ _ . _ _ ..._ .. ....... .__ .._. _. . ...._ _. . ._. _ .. . . ... ... . . ..� _.. _ ... .. . ... _. .. . _ _ _ . . _ __ . _.
14 3110A104 18"-24" Tree Removal 31 10 00 EA 1 $9,850.00 $1,850.00
___..._ . .. . ._ .. _.... __. . .� ...... __ ..... .. _ . ......_.. ._ ... .. . ...... .... �.. . ..., . .. ... ... . _.._._ . _.. ._ . . .,_. .. .. _ . .....
15 311 Q.0105 24" and Larger Tree Removal 31 1 Q 00 EA 9 $2,200.00 $2,200.00
_..,._, _. . _... . _...... .- . _... ... __,. .. .. ...... . . .. _.... ._....__ ... _..., ._.. .._. _.. ... . ..._ ._.. _ .. ....... __..... . - .._. _..._..
16 3123.0105 Borrow by Delivery 31 23 23 CY 30 $92.OD $360.00
- ----- -- -------..__ ..._.. _.._.----.__._�_...____. ._._._._. . _..._...-----.__. __._... __.---....._-__ ......... .......__._----... ._ ...... .---..__._.. _.._.__.__.__..__.__......-- -._ __..___�__.._._
97 3925_0101 SWPPP ? 1 acre 31 25 00 LS 1 $9,225.00 $9,225.00
__�.______._..__ _ . ..,_____ _ _._._. . _ _ ...._ - --��.__ ___. .. _....__ ___..�.. . _._ . .. ___.._ _.._.. ... ...,...... _ ...... . . . ..... .. _ ..__ __ . . _._..
18 3211.Q911 4" Flexible Base, Type A, GR-1 32 49 23 SY 40$ $12_pp $4,896.00
.__..m__._.__ _._._____..__.__�_�___._.--.-------.___..�._____.....�_____-_.._......__..__....__._..___......_..----.....----._.�__.__.---...__....____�__�_._..�._,...
19 3212.040'! HMAG Transifion 32 12 16 TN 30 $980.Q0 $5,440.00
.._.______.�___..__..._._..._�.._.__._..._._..._..__..__.____.----__.__.._......_.._._.---------........._........._ _... ._...._.._........_....__.._..__.._._......._........._..._ ._.....__.. _..--�___........_....._.
20 3213.0301 4" Conc 5idewalk 32 13 20 SF 15970 $$.00 $927,760.00
__.____._.._.. ._ _. .__._ _�_.�___ _ __..__ �._._.�_. �___.._ _.__,.__ ._.__._. . .. ....._. .__ ..... . ..... . .... .. .... ... _._ .. _...__.._.__.__ ___ . __.
21 3213_0311 4" Cqnc Sidewalk, Adjacent fo Curb 32 93 2Q SF 5110 $8_50 $43,435.00
.� �_ ����______�__._.____._...__._._.._____�____---___._ _ �_. _.�.� ._____._ .... ._. ___.._ .m ---_�__�_..�.__. �.__�_�_� __�__ _._.__.� _�_�.
22 3213.0322 Conc Curb at Back of 5idewa[k 32 13 20 LF 1p0 $9.00 $906.00
_._ _ ____� ____�_._ ___.._._ _.___ __ _.._.___ ______ __ ___._.__ __ �.._._...__._ _.�.. _.____..__._ _ _..___ ._._._ __.__ ..._._._�_ ____ _.__..__--_._�_ �.._____ ___�_._._. _
23 3293_04fl1 6" Concrete Dri�eway 32 1320 SF 'f9540 $11.Op $214,940.00
. __ ..-______ _- __-- -- -------____.. __ ___ �___. _._._ __�___ _.._ _____ ,_____.�.__._ __.___....___.. __-----_._- ---.. _..--,-------._.._. . ---__ _.� ---- __
24 3213.0403 S" Concreie �ri�eway 32 13 20 SF 120p $1'! _50 $13,800.00
� f 25 � 3213.050'� Barrier Free Ramp, TYPe R-1�^^- ���_.__�_.___ -- "32 13 20 ��� E,o, --.___..__4 ----�2,500.�0 �ry $10,D00.00
_ _____�______.._______._.._�-__._�._____�_______ _�_.__.___...___..��__._�-_-----._____.__.�.._...__ �___.__.._...__._._._.__..__.,_._......----.....______._....___ _____ __..---.,-.__.
26 3213.0506 Barrier Free Ramp, Type P-1 32 13 2b EA 8 $1,250_00 $40,000.00
--___�. _ __ ____ _._. � �_ _._._�_.._._..---__.�_.._.__. .._..._. _..___._.._��..__._.._ _._..�� _.�_� . _
27 3213.0507 Barrier �ree Ramp, Type P-2 32 13 20 EA 2 $2,750.00 $5,506.00
__ _ _ _, .. _. _ ________._.�.� _�.___._ ________ _�_ __�_ .....__. ._. _._____..._�.__. _�.____ . ..._._�._....�� �_ .� _�_____._ _._..__.__.. ......_ .��.___�_., ._._..._...__
28 3213.45Q4 Barrier Free Ram�, Type M-2 32 13 20 EA 1 $'[,650.p0 $1,650.00
____ _ �..._.�. __ ___ ______ �_-_ __... __._.� _ .._ _..__...___..... ___. .. ___..---.......,_. _____-__. __..... ._._.__.._..---. _.---_....__. ._..�_..... _.....- ........... ...
29 32i7.0501 24" 5LD Pvmt Marking HAE (W) 32 17 23 LF 267 $7_0� $1,859.00
_ __�.____._ ______.�__________.__..____..._._._...._.__._.___._._._ ___..__.._.._�_.__.__.__. _____�.__.____.___..._ ._._.
30 3217.2103 REFL Raised Mark�r TY II-A A 32 17 23 EA 4$ $4.00 $992.04
____.� ..___._....__._..__._._�_ ,_�..---_..___.._.___----.. �____.._...._.. __._..___�_.__.��.______._...�.-----___......
31 3217.50p1 Curb Address Painting 32 17 25 EA 135 $25.00 $3,375.D0
_ ____� �...._ __________..�___._._.�___._�_.��.�_._.._._....__.._._......._._......._..._.. _.........-.----........______..._._..._..___.._.......__........ _.,.
32 3291.0900 Topsoii 32 91 T9 CY 2250 $25.00 $56,250.00
_ _ _..,_-_. _-.___ .__------ -_-____._ _. _.� ____.____�--- --------_- - .____ ____. -__ _�__.___� �_ __-- __---� �_. ______. ._. ______�___ -_- ._. �_
33 3292.0400 Block Sod Placement 32 92 13 SY 13294 $5.p0 $66,470.00
� _ _ __ ____ .�._ ._ __..___....� �_�_ .___ --� _....�.__._.�___�_.___._ _.�__�__ _____ __.�_�. _-.____, .__ _. � _ �_.._ _. __ _._ _ _ _.__._ �_.�_.� ._ __ _.
34 3305.6107 Manhoie Adjustment, Minor, 33 0514 EA 5 $350.OD $1,750.00
--- ----- ._.. __.____ ___ __ _ �_ �__.____ ___ _ . .__ - _ ._ _ -- ---- - . _... _ _ . . _ .. . . . _ _ . _. _ _ _ _ _ _ . . _ .._..
35 3305.0108 Miscellaneaus Adjusfinent (Irriga�ion) 00 05 OS LS 1 $20,000_00 $20,Oa0.00
-- ---- __-_ ___-_ ___.�_ __.__ --_�__ _- ------___ __ _ __ _ _ __. -- - - - _ _ - - ___ ..__ __.__.. _ _ - -._ . __ _ __ _ _ _. _ . _ __
36 3305.0108 Miscellaneous Structure Adjustment (WMj 33 05 14 EA 'f 28 $35.00 $4,480.00
..__ .___- ._.._ ........ ............_._...�......_.._.. ....... .-. Yp..__..___...._._......_....._._._._-----�----------------_.-.�v.._ _. _..__._._.....__.._
37 3346.0008 4" Pi e Underdrain, T e 8 33460D LF 100 $15.00 $1,5p0.00
__.��.. _. __..__. ___ ..____..____ _._ -----_�.__. _ ._... _. _ _...._._ _._ _. ._. _. ......� ... . .._ . ... . ...__ ...... __ .. .... .. .. .... _...
38 3449.130i Loop Detec#ar Cable 5awcut 34 41 ? 0 L� 300 $15.00 $4,500.00
_____ _._._ __....._..._...__. .__ __ ____ __._..._..__.__ � .___.__........_. _. .__. . __..._ ........ ... . . .. .... . . ...... . _ .__. .__.. .._._. .._..._ ___. . ._. .. -----.. ._ .........._ .... ... .., ........ - --- ._.
39 3441 _1302 14 AWG Loop Detec# Cable 3�4 41 1p I�F 330 $6.00 $9,980.00
_.__...._.._..._._._..._____----._......_._._....----- -----_._.__...._ ..................__._.._....._._..._. _.._. .._._ __.._ _____... ---.�.__._...._....._...._..�._.__...__._-_------
40 3441.4005 Insta[I Alum Sign Ground Mouni 34 41 30 �A 1 $500.OD $500.00
�.__, �� _ _ _ _, ,.. .._.. . ..�_ __ . . .. - . _.._ ,_ _ . �_.__ _._ . . _ . . . . . .. .. ... . _ . .. . , ___. . . _ _ ....� . . _.. _. _. _ . _._ . . _ _.. .... _ _ _ _ .. .... . _. _ _ � _ - -----
41 3449.411p Rempve and Reinstall Sign Panel and Post 34 41 3Q EA 28 $400.00 $91,200.00
_..�.,.. ..._.__._ _,_..__.....__. ____ _. __.._. _..... �.........._....... ___ ,....... __ _- --_-_ __.....� . . .. ...... .. ... � _..._.._.__�
42 3471.00fl1 Traffic Gontro� 34 71 13 M� 6 $$,75D.00 $52,500.fl0
_ _ .. . _... . _ _. ...... _. _.._ ... .. .. .. . . .. ..... _. . _ . . . . ._ - ----_� -- -. . � _. _ _---. .__ ___. _ �.... . . _ . ...-- ----
43 3349.5Q01 10' Cur� Inlet 34 41 3� EA 1 $6,OOO.QO $6,OD0.00
_�._. �__,.._,.__- -. ____ _._.___._.__..._.__...__....__.,.�___ . _..._ , __...._ _. ..._. . _....... _. .... ._ .. ._.__ ._.. ... .. . _ ........ . ... ... . .... ....__- -----
44 9999.0000 Concre#e Steps 32 13 20 5F 42Q $30.04 $12,600.00
CITY OF FORT WORTH
STANDARD CONSTRUCTlON SPECEFICATION �OCUMENTS
Fortn Revised March 9, 2020
201 S GIP Year 3- Conlrad 5
City Projecl No. 1D1452
AD�ENQUMI
` QD q2 43
' BID FORM
Page 5 af 7
S�CTfOfd 00 42 43
PROPOSALFORM
�1��� ��f�� ���
Project Item Information
Bidlist Item
No. Description
45 9999.DOQ1 Remo�e and Replace Inlet Top
46 9999.0002 Remove and Refocate Mail Box (Post)
_ _ _ -- --- �_.�__ --- — —
47 9999.0003 Remove and Replace �x. Mad Box (B
.. .. ---.. .. _ . _.. . _. _. _
48 9999.0004 Paving Construction Allowance
CITY OF FORT WORTH
STAIdDARD COMSTRUCTIOIV SPECIFICATIOt�! dOCUMEN7S
�orm Ftevised March 9, 2020
�i�de�'� ea►ppli���io�t
Specification Unit of Bid
Sec�ion Alo. 11�leasure Quantity
-- 02 41 14& __ __ _�A _ _._ ._ .�_ 1 �
32 13 20 __ ___.
34 4'i 30 EA 2
I_ 34 41 30 __�A ^-� 2.�
Op 00 04 � L5 1000�0
Unit 3: Paving Improvements Total Bid $
Bidder's Proposal
Unit 1'rice Bid Value
$s,oao.oa $s,aoo.oa
__.��.__._,_ _......._.__ _..�_._..__..
$925.00 $250.00
_.._.._.__._...__.._ _......_....._.. ._.... _..._...
$9p0.00 _ _ _$9 800.00
$9.00 $i00,000.00
935,447.00
2018 CIP Year 3- Contract 5
City Praject No. 101452
ADpENDUMI
. '� `
� 00 42 43
63� FORM
Page 6 M 7
SECTIOfN 00 42 43
3�f20POSAL FORM
IJNIT �RI�E BID
�idd��'� �►ppli�ati�n
P�oject Item information Bidder's ProposaE
Sidlist item Specificatian Unit of Bid
Description Unit Price Bid Value
IYo. Section No. Measure Quantity
9a �241.9760 '[9" Pa�ementPulverizatian 0241 15 SY 21600 9.7 209520
_ _ _ ._._ _. _�.____.-_ -._. .� ---�-T - _ _____ _ __ _ _ _ __ _ __ _ - - - . --- - -- ----- __ _� ________ __..._� W ___�_ _ _.._
2a 3923.01Q1 llnclassified Excavafion by Pian 3'1 2316 CY 680 129 87720
---.___.____.____ _.._____-_ _...__.__ ._.___-.-. __ __._..__ ____.. ____---___ �_._�.._ __._._.��_� _ __
3a 3211.9999 Cem-�ime 30 IbsISY 32 11 29 TN 3i4 214 80436
_ __ . _.�. _ -__ -___ _ _ ...___ _. ._ . - -.. . .. _ .... . _. _ __ _ . .. . .. - . _ - - - __ _ __ _____. __ �._ W _ � _ .___.�__� v
4a 329 2.0303 3" Asphalt P�mt T'ype C] 32 12 16 SY 21600 '17 367200
- _ . _ _ _ _ __ .� _ - - - - - - - - . _.. _ _ - - . . _ .. . . _ _ . _ . . _ __ . --- - - _ -____._ _ _.�._--__ - _-- __.- -- --
5a 3216.0101 6" Cvnc Curb and Gutter 32 16 T3 LF 12432 54 671328
-- --- -- - � ----- - - -- - --- ___ -- --- - - ------- --- - . _ _ � __._._..�.__ �._� _�..._ Y.__ _-___._ _�_...�. . _—__- _.__
6a 8216.9999 Lay Down Conc Curb and Gutter 32 16 13 LF 222 66 74652
.__ _. _. _ .__.___ _ __... _ ._. _ ___...___ .._ _ _ - -_ _ _ .____._._ __._-----____. _..._------------------ ---__
7a 3215.4301 7" Conc Valley Gutter, Residential 32 16 13 5Y 113 135 152v5
_ _ -- .. .._ _--- - ---.. _ ___ ---- -- _ - -- ____—__"._ ____. ._ W �_ _ ...__---.__. ..__ _._ __._._._-- __-_ _____ _.._____--_ ___.. _.._
Sa 3305.0111 Val�e Box Adjustment, wl Conc Collar 33 05 '� 4 EA i 6 350 �600
__ . �_. . _. . _ .... . _ .. _ _ . .. _. _ _ . _. - --- _ _ _ _. _ _ _ _ __ _ _.__.___ ._.__ ___... �..� __—_ -- __ _____—_--_--_---_.
9a 3305.d112 Concrete Collaf 33 05 17 EA 7 350 2450
UNI'P 3: Altcrnatc A, I'OI.1'uving Tmprovemeuts $9,4$3,�$9.00
1h 0241.1'[00 RemoveAsphaltPvmt
2b � 3923.0109�Unclassified Excavation 6y Pla
3b 3211.0440 Flydrated Lime 40 Ibs/SY �
4b 321'l.0502 8" Lime Treatment �
5b 32i 3.01 pi 6" Conc Pvmt
_. __ __. _- .----__ _.__ . . _ ... _ .. _ ...... .... _.., ._ _ _.__
6b 3216.0101 6" Conc Gurb and Gutter
- -- --- .._.. ._..__...._ .. ......................
7b 3305.0111 Valve Box Adjustment
02 41 15 SY 2160
n 31 2316 mm CY 373
��_ � 32 91 29 � � 7N��F `A -�53
� 32 19 29 � SY 2521
32 13 'E3 SY 2381
_...... .,.. .._.... . ._ .. .. .... .... . __.. .. _. _. . _ ._....
32 96 13 LF 150
_ . . .. _ . . _. .... ... .. �. . ._
33 05 14 EA 9 6
[JNIT 3: Alternaie B, Concrete Paving Improvements
Bid Summary
0 4.5 97200
_�____�_�___._ ___....._ -._ .. __ _._ ._._
0 18.5 69005
_ _--_-- -- - ---- - _ _ - - _ __. _ _._._,_
8 159 85542
0 4 �� 160840 l_Tmmrn
0 48.73 1160269.3
... . ..... . ....... . .....___,_� .._._._
23 3454
$7,520,618.30
Unitl: Watcrimprovements $ 1,057,943.00
Unif 2: Sanitary Sewer Impmvements $ 964,833.00
Uxiit 3: Paving improvemenis $ 935,447.00
TiNIT 3: Alfernate A,1'OL Paving Improvemen#s $ 7,453,761.00
UNIT 3- Alternate B, Concrete Paving lmprovements $ 1,520,618.30
Totai 1('1'atal Bid Units 1, 2, 3, 4& Alteraative 3 A) $ 4,471,98Q..00
Totai 2(Total Bid Units 1, 2, 3, 4& Alternative 3 B) � 4,478,847.3fl
CITY OF FORT WORTH
ST.4Nn,4F2D CON57Rl1CTION SPECIFICATIOiV DOCfJMENTS
Fortn Revised March 9, 2020
2013 CIP Year 3- Cnntract 5
City Project No. 109452
P,��ENpUM 1
Op 42 43
BID FORM
Aage 7 of 7
SECTI03V OU 42 43
PROP�SALFORM
�1��� ����� ���
�i�cf�r'� Ap�li���i��
Project Ttem Tnfonnation Bidde�s Proposal
I3idlist Item Specification Unit of Bid
No. Description Section No. Mcasure Qua����y Unit Price Bid Value
END OF SECTION
The City reserves the righf Yo setect the responsihle low 6idder of either Total l or Tota12
C[TY OF FORT WQRTH
STANDARD CONSTRUCTIOid SPECIFIGATION DQCUMENTS
Form Reviseal March 9, 2�20
209 B CIP Year 3- Contract 5
Cily Project No. 10i452
ADDENDUMI
�!� ���lD
Canfoem� �iih `��� �nerican lrestiiute of
d�rchi�cfi�, A.�.,�, ��urr��r�# �da. �r394
KNOW ALL BY TH�SE i'R�SENTS, ihat we, P�1cClendon Canstruction Company, Inc.
�4� Memarial �laza Burleson Texas '760�4
as Principal, hereinafter called the Principai,
and thc ,"�erchants �ondin Com an 14�utual
nf 1fl1 �. �ar4� �Ivd., #800, �lano, iX i��`�4 , a cvrporation duly organized under
ih� laws af the 5tate of fowa , as Surety, hereinafter called the Surety, are held artsl %�tily bound unto
City of �ort Worth as Obiigee, hereinafter called the Obligee,
iri the sum af *** �'IV� ���C�fdT OF i07AL AMOUN`i �ID �Y ��tI1dCI�AL*�'*
Dollars ( �% iAB ), for the payment of which sum well and truly ta t�e made, th� said Principal and the said
3urety, bind ourselves, ow heirs, execntors, adminfstrators, succeasors and essigt�s, jaintly and sevcrally, fmnly by these presents.
WHLREAS, tlae Principal has submitted a bid for
�018 CI� Year 3 Contract 5 Various Locations
NOVi�, THE�EFORE, i#`ti�e Obligee stia�l accept the bid nf the Principa! and the Principal shall enter into a Coniraet with the Oblige� iz►
accordance wit}► the terms of such l�id, and give sucl� bond or bonds as may be s�ecified in the bidding ar Contract Documents with
goad and sufficient surety for the faithful performance of such Cantract and fnr the prnrrspt payme�►t of Iabor a�td material furnished in
the prosecution thereof, or in the event of the failure af the Principal to enter such Conhact and give such bond or bonds, if the Principal
shall pay to the Obligce the difi'erence r►ot to excead the �enalty hereof hetween the amo�nt apecified in said bid arid such larger amount
for which the Obligee rnay in gaod faith contract with anath�r p�rty to pe�rt'orm tlre Work covered by said bid, then this obligation sh�ll
he null and void, otherwisE to remain it� full farce and affect.
Signed and seated this � 9r� day of November � 2020
�'IflcCl o Construction Com an , I . ($�a�)
� rin l
Wimess %�
Title
�_xs 1 t� •--x_.......4p._e.r..__
WL�TIBSS
Nierrrychants �ondir� Company (Mutual] _
� BY_ �:���-- �.��- _--
' � Patricia A. �yttle � ��fney',i��act
������s
�o����� �o������
P�Ir'�I�R �� ATT�L�NEY
KnowAll Persons By These Presents, lhat MERCHANTS BONDING COMPANY {NlUTUAL) and MERCHANTS NATIpNRL BONDIPlG, INC.,
both being cwporations of the State of lowa (herein collectively callecf #he "Companies") do hereby make, constitute and appoint, individually,
Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michaef D Hendricksan; Patricia Ann Lyttle
their true and lawfui Attorney(s}-in-Fact, ta sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
conlracts and other written instruments in the nature thereof, on behalf of #he Companies in thefr business of guaran#eeing Ehe fidelity
of persons, guaranteeing lhe pertormxnce of conlracts and executing or guaranteeing bonds and undertakings required or permifted in any
actions or proceedings aElowed by law,
This Power-of-Allorney is granted and is signed and seaEed by facsimile under and by aulhority of the following By-Laws adopted by the Board
of Direcfors of AIlerchants Bonding Company (Mufual} on April 23, 2091 and amended August 14, 2015 and adopted by the Board of Directors
of MerchantsNafional 8anding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Facl, and to authorize #hem ta execute on behalf of fhe Company, and altach the seaf af #he Company therefo, bonds and
underfakings, recognizances, contracts of indemnily and otherwritings obligatory in the nature thereof."
"The signature of any au#horized ofticer and the seal oi the Company may E�e affixed by facsimile or electronic transmission lo any Power of Attomey
or Certification thereof authorizing #he execution and delivery of any 6and, undertaking, recognizance, or other suretyship obligations of fhe
Company, and such signature and seal when so used shall have the same force and effect as though manually flxed."
In connection with obligations in fauor of the Florida �epariment of i'ranspartation anty, it is agreed that lhe power and aut �ority hereby giuen to the
Allorney-in-Fact includes any and al� consent5 for tha release of retained percentages andlar firoa! eslimates on engineering and construction
conlracts required by the Staie of Florida Qepartment of 7ransportation. It is fully understood that consenting to the Stale of Florida Department
of Transpartation making payment of the final esiimate to the Contrac#or and/or its assignee, shall noi reEieve this surety company of any of
its obligations under its bond.
In connection with obligations in ia�or of the Kentucky �eparfinent of Higf�ways only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannof be modified or revoked unless prior written personal notice of such infent has been given to the Commissioner-
Deparlment af Highways of the Commonwealth of Kentucky at least thiriy (30) days prior to the modification or revocation.
In Witness Whereo#, the Companies have caused this instrumeni l0 6e signed and sealed this 11#h day of February , 2020 .
�y����nr��� o � �' ' � e
♦*��` 4'��� ••��� •°� t�� �iD ��•
•'• �@'�t4�d� <��:. �0�0�1PQ�� '�'�b � MERCHAN7S NAF ONA BON ING,� H�TIIAL}
���'Ca� �j'�:`�% • Cs �:�•
. �
q � : � i � M � � � � � � O
:Q7� ��� �: o �!"'� -6 8 .�• �
.�`: �ao� :;�; 4 �; i�33 .: �: �y �J�
:�'•. •�; »v�;. .;�ra
4���•••• •••�l��i�•• sa�`�ey• �,• • •'`'\�•' President
S�AT� OF IOWA ,•����N�"�'�s'����' ��' � � �'Q
COUNTY OF RALLAS ss,
On this 11th day of February 2020 , before me appearecf Larry Taylor, to me personally known, who being by me duEy sworn
did say that he is President of MERCHANTS BQNDING CDMPANY (Ml1TUAl} and MERCHANTS NATIONAL BONbING, INC,; and fhat the
seals aifixed Eo the foregoing instrument are the Corporate Seals of the Companies; and that #he said instrument was signed and sea�ed in behalf
of the Companies by authority of their respecti�e Boards af Direclors.
,��.�}AE s ����Y M�+SON -
o �. Commission Number754576 � � ��
� ° ° ° ° '` My Commission Expires �'
+��P i January 07, 2023 Notary Public
{Expiration of notary's commission
does not invalidate this instrument}
I, Wifiiam Warner, Jr., SecreEary of MERCHANTS BONDING COMPANY (MUTUAL} and MERCHANTS NATIONAL BONDIP�G, ENC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in ful]
force and effect and has not been amended or revoked.
In WiEness Whereof, I have hereunto set my hand and affixed the seal o#the Companies an this lsth day of Novembez , 2ozo.
��i►�..�r�rra aso�/�' flpo
��4� `S `A � A •�I� 6 � ,�l� �� b
, �.• �c •. , �a. �r,�•,
. , �j.
;��,, �tPOR• ��; , 4 �R�i�'� �
:� :�0 �j; :�; ' ���,0 �a`'g�� �� ' �,
. �
��c� _Q_ �;�, e�'�� -o- a��.�.: �
. ,� � 2003 ,:;,� ~ � � '� ��3� � �' secretary
" t�' •'1'�• •�`vo
%��•. .•���� �va���,, ,,•�.,`�p�e
����••�J����.I�`�� oe� � os
Paaoo�s ���Za� ''••••. ::......• •,....ov
����i����� �
��� � ��� �������
IiVI[��l�TA]�'�' �TO�'ICE
To obtain information or make a comp[aint:
You may contact yaur insurance agent at the telephone number praW�ded by your insurance
ag�nt.
You may calE Merchants Bonding Company's toll-free telephone number for information or to
make a complaint at:
1 ��00�6�8�81 � 1
You may contact the Texas Department af Insurance to obtain information on companies,
co�erages, rights or comp[aints at:
1 ��OO���a�3439
You may write the Texas Departmenf of Insurance at:
P. O. Box 14910�4
Austin, TX 78714-91 �4
Fax: {512) 475-177�
Web: http:llwww.tdi.state.tx.us
E-mail: ConsumerProtection@tdE.state.tx.us
P�E�fiNU�fi A�I� CLAI�ii DISPIJiES: Should you have a dispute concerning your pr�miurn or
about a claim you should contac# the agent first. If the dispute is not resolved, you may contact
#he Texas Departmerot of Insurance.
�T7�CH �FilS �!� i IC� 70 YOl1R �O�ICY: This notice is far information only and does not
become a part or condition of the attached document.
SLJP 0032 7X (9109)
00 43 37
BED FORlVI
Page 1 of 1
SECTIO{� 00 43 3�
VENDOR COMPLIANCE TO STATE LAW NON RESI�ENT BIDDER
Texas Governrrient Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law pra�ides that, in orcter to be awarded a contract as low bidder, nonresider�t E�idders {aut-of-sfate
con#ractors whose corparate offices or principal place of business are outside the State of Texas} bid projects
for construction, impro�ements, supplies ar services in Texas at an amount lower fhan the lowest Texas
resident bidder by #he same amount that a Texas resident bidder woufd be required to underbid a nonresident
bidder in order to obtain a comparable contract in the State whict� the nonresident's principal place of b�siness
The ap�ropriate bEanks in Section A m�st 6e filled out by all nonresident bidders in order for your bid to r►�eet
specifications. The fai�ure of nonresident bidders io do so will au#omatically disqual�fy that Ioidder. Resident
bidders must check the box in S�ction B.
A. MonreSideni bidders in the State of , our principal p[ace of busin�ss,
are required to b� percent lower than resident bidders by State Law. A copy of the
statute is aitached.
Nonresident bidders in the State of , our principal place of business,
are not required to uncEerbid resident bidders.
S. The principal place of business of our company or our parent company ar majority owner is
in ti�e State of Texas. �
BlDDER:
McClendan Const Co Inc
PO Box 999
� Dan McClendon
(S ig nature}
Burleson, TX 76097
END OF SECTION
CITY OF FORT WORTH
STAN�ARd CONSTRUCTEON SPECIF[CATION DOCUMENTS
Form Revised March 9, 202D
Tit1e: President
Date: 1 � [ 1 � � v
201 a GIP Year 3- Contract S
Ci[y Project No. 101452
OQ45ll-1
BIDDERS PREQiIALIFICAT103V5
Page 1 of 3
SECTIOI�I 00 4511
BIDDERS FREQUALIFICATIONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting
bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
Statement for the work type{s) Iisted with their Bid. Any contractor or se�bcontractor who is
not prequalified far the work type(s) listed must submit Section 00 45 13, Bidder
Prequalification AppIication in accordance with the requirements below.
The preyualification process will establish a bid limii based on a technicai evaluation and
financial analysis of the contractor. The information rnust be submitted seven (7} days prior
to the date of the opening of bids. For �xample, a contractor wishing to submit bids on
projects to be opened on the 7th of April must f�e the information by the 31 st day of March
in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
Prequalification App�ication, the following must accompany #he submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm's organizational documents (Corpora�e Charter, ArticIes
of Incorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, Certif cate of Limited Partnersi�ip Agreement}.
c. A completed Bidder Prequalification Application.
(1) The firm's Texas Taxpayer ldentification Nuxnber as issued by the Texas
Comptroller oi Fublic Accounts. To obtain a Texas Taxpayer ldentif cation
number visit the Texas Comptroller of Public Accounts online at the
foliowing web address www.window.state.tx.us/t�permit/ and fill out the
application to apply for your Texas t� ID.
(2) The firm's e-mail address and fax number.
(3) The firtn's DUNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DiJNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firna for firnns
submitting their initia� prequalification. These resumes should include the size and
scope of the wark performed.
e. Other in%rmation as requested by the City.
2. Prequalification Requirements
a. Financial Statements. Financial statement submission must be provided in
accordance with the following:
(1) The City requires that the original Financial Statement or a certifed copy
be submitted for consideration.
GITY OF FORT WORTH 2O18 CIP Year 3— Cantract 5
STANDARD CONSTRUCTION SPHCIFICATION BpCUMENTS City Project No.: 101452
Revised 7uly 1, 2011
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
(2) To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accoun�ing firrri registered and in
good standing in any state. Current Texas statues also require that
accounting firms performing audits or reviews an business entities witY�in
the State of Texas be properly licensed or registered with the Te�s State
Board of Public Accountancy.
(3} The accounting firnn shauld state in the audit report or review whether
the contractar is an individual, corporation, or limited liability cornpany.
(4) Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City wi11 nat recognize any certified public accountant as
i�dependent who is nat, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
cotnpany should state that the audit or review has been conducted in
accordance with audiiing standards generally accepted in the United
States of America. This rnust be stated in the accounting firm's opinion.
It sY�ould: (1) express an unqualified opinian, or (2) axpress a qualified
opinian on the s#atements taken as a whole.
(7) The City reserves the right to require a new statement at any �ime.
(8) The financia7 staiement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City l6 months
thereafter, in accordance with Paragaph 1.
{9) The City will deie:rmine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital= current assets — current
liabilities) by a factor of 10. Only those statements reflecting a positive
net working capital position wi11 be considered satisfactory for
preyualificatior� purposes.
(10} Tn ihe case tha� a bidding date fa11s within the time a new financial
statement is being prepared, the pre�ious statement shall be updated with
praper verification.
b. Bidder Prequalifacatfon Application. A Bidder Prequalification Applicatian m�st ba
submitted along with audited or reviewed financial statements by firins wishing to be
eligibie to bid an a11 classes of canstructian and maintenance projects. Incomplete
Applications will be rejected.
(1} In those schedules where there is nothing to report, the notation af
"Nane" or "N/A" shauld be inserted.
(2} A minimum of five (5} references of related work must be provided.
(3} Submission of an equipme�at schedule which indicates equipme�t under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipmeni other than provided above will not be accepted.
3. Eligibility to Bid
a. The City shalI be the sole judge as to a contractor's prequalification.
b. The City may reject, suspend, or madify any prequalification far failure by Yhe
contractor to demonstrate acceptable financial ability ar performanee.
c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FOAT WORTH 2O18 CIP Year 3— Conlracl 5
STANDAItD CONSTRUCTION SPECIFICATION DOCiiMENTS City Project No.: 1D1452
Revised 3uly 1, 2011
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
d. If a contractor has a valid prequalification letter, the contractor will be eligible to bia
the prequalified work types until the expiration date stated in the letter.
END OF SECTION
CiTY OF FORT WORTH 2O18 GIP Year 3— Contract 5
STANDARD CONSTRUCTIOM SAECIFICATIONDOCUMENTS City Projecf No.: 101�452
Revised 7uly 1, 201 I
DO 45 12
BID FORM
Page 1 oi 1
SECTIOM 00 45 92
PREQUALlFiCATiON STATEMENT
Each Bidder for a City procurement is required to complete t�e informa#ion befow by identifying the prequalifed
contractors ancf/or subconiractors whom they intend to utiiize for the majoE work typ�:(s} list�d.
Major Work Type ContractorlSubcontractor Company Name Prequaiification
Expiratian Dat�
Wat�r Distribution, Urban and
Renewal, 12-inch diam�:ter Woody Contractors 413D/2021
and smaller
5ewer Coilection System,
UrbanlRenewal, 92-inches and Woody Contractors 4/30/2021
smaller
Sewer Pipe Eniargement 12- Circle C 4/30/2021
inches and smaller
Asphalt Pa�ing
Cor�structionlReconstruction �'exas Bit
(15,000 square yards and
GREATER)
Th� undersigned h�reby certifi�s that tha cor�tractors andlor subcantrac#ors described in the table abave are
currently prequalified for the work typ�s Eist�d.
Bll]D�R:
McCl�nd�ro Const Co Inc
PO Box 999
Burleson, 7X 76fl97
CITY OF FORT WORTH
STANI]AEiI] CpNSTRUCTEON SPECIFICATIO�[ �OCUMEIVFS
Form Revised March 9, 2020
�. - �• /
�iil . I � �f � 1 �%'
- -- � --
Title: President
Date: � [ l � � � �
E�iD OF S�CTION
2018 CIP Year 3- Contraci 5
City Project No. 101452
���������
� - � SECTIOI�i 00 4� 13
BIDDER FREQUALIFICATION APPLICATION
Date oiBalance Sheet
Name under which you wish to quaiify
Post Oifce Box
Street Address (required)
Telephone
Mark only one:
Individual
Limited Partnership
General Partnership
Corparation
Limited Liability Company
City
State
Zip Code
City
State
Email
Fax
Zip Code
. Texas Taxpayer ldentification No.
i Federal Employers Identification No.
;
; DL1NS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY �F FORT WQRTH TEXAS
200 TEXAS STREET
�'ORT W4RTH, TEXAS 7G 102-6311
AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION AFFLICATION"
2018 CIP Year 3— Contract 5
City Praject No.: 101452
ooas �s
BIDDER PREQiJALIFICATION APPLICATIOI�I
Page 2 of 8
BUSINESS CLASSIFICATIQN
The following should be completed in order that we may groperly classify your firm:
(Check the block(s} which are applicable — Block 3 is to be left blank if Block 1 andlor Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classiiication af your firm as a small or large business is not a factor in determining eligibility to
became prequalified.
MAJOR WORK CATEGORIES
Water Department
Augur Baring - 24-inch diameter casing and less
Augur Baring - Greater than 24-inch diameter casing and greater
Tunneling — 35-Inches — b0 —inches, and 35Q LF or less
Tur�neling - 36-Inches — 64 —inches, and greater than 350 LF
TunneIing — 6b" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protectian
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, S-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and srnaller
Water Distributian, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, UrbanlRenewal, 42-inches and smaller
Water Transnriission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 1 S-inches — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smailer
CCTV, 48-inches and smaller
CTTY OF FORT WORTH 2D98 CIP Year 3— Gontract 5
STANDARD CONSTRUCTION SFECIFICATION i]OCUMENI'S City Project No.: 101�452
Revised March 9, 2020
Op 45 13
BIDDE[2 PKEQUALIFICATION AAPLICATION
Page 3 of 8
MAJOR WORI� CATEGORIES, COT�iTINUED
Sewer CIPA, l2-incnes and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection Sysiem, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inch�s and smaller
Sewer Collection System, Development, 12-inches and srrzaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Intercepfors, Development, 42-inches and smaller
Sewer Interceptars, Urban/Renewal, 42-inches and smalier
Sewer Interceptors, Develapment, 4$-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlaxgement, AlI Sizes
Sewer Cleaning , 24-inches and smalter
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , Afl Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer 5iphons 12-inches or less
Sewer Siphons 24-inches or Iess
Sewer Siphons 42-inches ar less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
AsphaIt Pauing Constructian/Reconstruction {15,000 syuare yards and GREATER}
Asphalt Pa�ing Heavy Maintenance (i.TNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,400 and 4VER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,OOQ square yards)
Concrete Paving Construction/Reconstruction (15,OOQ square yards and GREATER}
Roadway and Pedestrian Lighting
GITY QF FORT WORTH 2O18 CIP Year 3— ConUact 5
STANDARD CONSTRUCTIpN SPECIFICATION DOCUM�NTS Cily Project No.: 101452
Revised March 9, 2020
OQ 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
1. List equipment you da not awn but which is available by renting
DESCRIPTION QF EQUIPMENT NAME AND DETAILED ADDRESS 4F OWNBR
2. How many years has your organization been in business as a general contractor unc�er your present
name?
List previaus business names:
3. How many years af experience in construction work has yaur arganization
had:
(a) As a General Contractor: (b) As a Suh-Contractor:
A�. *What projects has your organization completed in Texas and elsewhere?
CLASS LOCATTON NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying oniy show work perfortned since last statement.
S.Have you avar failed to complete any work awarded to you?_
If so, where and why?
6. Has any afficer or owner of your organization ever been an officer af another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any off'icer or owner of your organization ever failed to complete a contract executed in his/her
nar�e?
If so, state the na�ne of the indit�iduai, x�ame of owner and reason.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452
Revised March 9, 2020
00 45 13
BIDDER PREQUALIFICATIpN APPLICATIQN
Page S of 8
8. In what other iines of business are you financially interested?.
9. Have you ever performed any work far the City?.
If so, when and #o whom do yoa refer?
l 0. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affitiates or rela#ives currentfy debarred by ihe Ciry. Indicate your relationship
to this person or firm.
12. What is the construction �xperience of the principaI individuals in your organization?
PRESENT MAGIVITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
13. If any owner, officer, director, or stockhalder of your firm is an employee of the City, or shares the
same household with a City employee, please lisi the na�tte of the City employee and the relaiionship. In
addition, list any City emplayee who is the spouse, chi�d, or parent of an owner, officer, stockholder, or
director who does not live in the same hausehold but who recefves care and assistance from that persan as
a direct resuli of a documented medical candition. This inc�udes foster children or those related by
adoption or marriage.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECiFICAT[p3Y DOCUMENTS City Project Na.: 101452
Revised March 9, 2020
00 45 13
BIDDER PRE¢UALIF[CATION APPLICATI�N
Page 6 of $
CORPORATION BLOCK PARTNERSHIP BLO�K
If a corporation: If a partnership:
Date of Incorparation State of Organization
Cha.rter/Pile No. Date of organization
President Is partnership general, limited, or registered limited
liability parh�ership?
Vice Presidents
File No. (if I.itnited
Partnership)
General Partners/Officers
Secretary Limited Partners {if applicab�e)
Treasurer
LIMITED LYABILTTY C4MPANY BLOCK
If a corporation:
State of Incorporation
Date af organization
File No. Indi�idua�s authorized to sign for Partnership
Officers or Managers (with titles, if any)
Egcept for limited partners, the individuals �isted in the blocks above are presu�ned to Lave full
signature authority for your �rm unless otherwise advised. Should you wish to grant signature
autharity far additional individuals, please a�fach a certi�ed copy of the corporate resolution,
cor�orate minutes, partnership agreernent, power of attorney or other legal documentation which
grants tLis aufhority.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARI] CONSTRiJCTION SPECIFICATION BOCLJMENTS City Project No.: 1 p1452
Revised March 9, 2020
00 45 13
$IDDER FREQUAE.IFICATION APPLICATION
Page 7 of 8
l4. Equipment
�
TOTAL
BALANCE SHEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1
2
3
4
S
6
7
8
9
1 E}
li
l2
13
]4
1S
16
17
18
l9
20
2i
22
23
24
25
26
27
28
29
30
Various-
TOTAL
Similar types of equipment may �e lumped together. lf your tir�n has rnore than 3U types af equipmenf,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the rigi�t io request a complete, detailed list of all your equipment.
The eyuipment list is a representation of equipment under the control of the firm and which is related to
ihe type of work for which the firm is seeking yualification. In the description include, the manufacturer,
model, and general common description of each.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SP�CIFICATION DOCiJMENTs City Project No.: 101452
Revised March 9, 2020
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
BIDDER PREQUALIFICATIQN A�+�IDAVIT
STATE OF
CDUNTY Ok'
The undersigned hereby declares ihat the foregoing is a true statement of the financial condition af the
entity �erein �rst named, as of the date herein first given; that this statement is for the express pur�ose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accomganying this report as well as any depositary, vendor or any other
agency herein named is hereby authorized ta supply each party with any information, while this statement
is in force, necessary to verify said statement.
, baing duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the faregoing �nancial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalifcation Application are correct and true as of the date of this af�idavit.
Firm Name:
Signature:
Sworn to befare me this
day af . , .
Notary Fublic
Notary Public must not be an officer, director, or stockhalder or relative ihereof.
CITY OF FORT WORTH 2O98 CIP Year 3— Contract 5
STANAARD CONS'FRUCTIdN SPECIFICATION DOCUMENTS City Projecl No.: 101452
Revised March 9, 202�
l
�
�
� 1
. 2
- 3
i 4
" 5
6
� �
: g
9
- 1�
��
12
13
14
15
lb
r�
18
19
20
2I
22
23
24
25
26
2�
28
29
30
31
32
33
34
35
36
37
38
39
40
00 45 26 - 1
COI+!'I'RACTOR COMPLIANCE WITH WORKER'S C011+IPENSATION LAW
Page 1 of 1
sECTiorr oa a� 2�
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a}, as amended, Contractor cerkifies that it
provides worker's compensation insurance coverage for all of its employees employed an City
Project No. 1414�2. Contractor further certif�es that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certifcates of compliar�ce with
worker's compensaiion covera e.
McGL�iVDOi�C�I�ST. CO., INC.
CONTRACTOR: P O. BOX 999
BtJRL�SOf�, TEXAS T6097 � ��
Company
Address
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
�������N, ����8����
sy:
{P ease P �nt)
Signature:
��� ��������, ����t����
Titl�:
(Please Print)
B F� ORE ME, the undersigned authority, on this day personally appeared
D�1r� ���` �fj�� , l�nown to me to be the person whose name is
subscribed to the fore oing instrum nt, and acknowledged to me that he/she executed the same as
the act and deed of ��,�l�fj,��� �j���for the purposes and
consideration therein expressed and in the capacity therein stated.
GI UNDER MY HAND AND SEAL OF OFFICE this �
, 20�.
� �,,►u�er�, — /
.��PNYA�jii� MISTY W�BE3 ,
?z°;� �`��hlotary Pu61�C, State of i'ex�s N u
� ��`!: �, Cnmm. �xplras 01-p9-20Z2 -
'+ii°i�p�'� Note�y fp 126838467
END OF SECTION
CITY OF �'ORT WORTH
STANDARD CONSTRIICTION SPEC[PICATION DOCUMENTS
Revised 7uiy 1, 2011
�" day of
i �
i �/ `Y / �
� /. .,. � �
the State of Texas
2Q18 CIP Year 3— Contract 5
City Projact Na.: 101452
�ii} 4S �l3ti - I
hdinaril3� kiuslnes� En�stpf�tlrt 5pec�fit'vllcshs
Pogc � of �
1 S�:C'I'I[1f�1 QO �I$ �0
�
,�
�����.��t���.�r������• r�r�va��c�� �rc�rua�M r�r3�� i��.a+��
�vli��r�r�Ey Fir�siGress �'�rte���+rEs�> ��n�ificaii��ys
�
� ,��'��1���'�T�r,�r or �or�i��
6 If the tota! cEoiiar v�����e of' t�� cc}r�iracl is gFeater than ���,{}fl{?, thcn a h�i�3� ��M�r�{�n�ractiotg g�,a! as
7 ap}�[i��L�l�.
R
9 POLICY �T�iT�1r��NT
1Ci Il is �I�e f}4}Iil;�` 41� CflE C:il�� trf H'nrl i�'�xr�lx �;� en�4Gre Ilti� fu11 ��f+J cc��i�aL+le �ai��[ci}��lio�t by s'+�inc,ritv
I I I�usi�xe��s l,:��t�;r��'i�e� (M�3F} l�X ih�: ��'�cM��'�mci�t ��f �Mll �uu�s fu��l services, ,�ll reyuirentents {ynd
li regul�tia»s sfat�d iir t�te C,i#y's �ur��e�l Business ��versiry Ei�tcr�rris� �]rd�nar�ce ap�l;; la �Itii�bi�,
f�
��
�i
1�
l7
IS
1 {1
�U
�I
��
� .;
�d
��
26
27
�8
��,
?�I}
31
32
33
34
��
h�i13 � Pi�O.IC�'1` C;�ALS
'Flte �ity's 'v1�C go�l on �his project is � b°la ot' �1�e #o�al bid value� of' the
cc,n�a�ac� ��as•e hr� r�p�rl�c<s r�r F'a�•k,� rrx�r� �'���r�r�r��,r�ry 5'c���rccsj.
1�1u1e: �f #ot� 1'I�� ��Si�� vuF�c�fllr��ctin�; �ir���x s�e�e cs��bli�he+� f{�i• tl�i� �x:�tt.jt�c�, ���cr� s�u [lf�e��tFr
�#lb�i �ulri�iid lxr�il� :� �+i�#f: LT[il��uliii�� X�tF�'��� :�II� a��#1�. U iilirallols Tor�i� to �e d�eme� respo�si��c,
C'�1VrE'LiA�l�'L'i'D Bjj,�,�j'E(I�'�C'AT�[71�f�
On City rontra�ts �50.[1UU �r n�are wl��i�e a A�I3E s��bc���ytrzzcRing gaal i,s app�ied. �.1i�trrnr� Arc� �'e�1nii�d t��
crrn���y u�itl� �I�c i��#�iyt nt �lrc Ci#y�5 �tC5Jli� SS �IY{`�4tl[}' E,llifii'�4�'�5� C�l"4�IflAf11:� �}� D11� 4� fj]L' IO�IU}Wiil�',;
i. 1�3�e� or �e�€�ec� �i�r �bo3�e s#:�ted 14].i3� go:�l t��ru��g� h96� �i�tr�onl�•:ictin� �arlic•i�F�liu��, cF�•
�. ����[ �1�' �YCCC� �i1C ��QYC c#Afi�� A'IB� �{�A I ��IE'411��1 IVII�E .�41�J� �`�ep�41�� [�RrI�Ci�N�lt�il. ��r
3. �o�d Fi4ifl� Cfffar! ilo�ti��e��iatin�, nr;
4. Pri�e Wnivea' [lue���ti�el��ntic�u.
s��rs�i-������, c�F ��rc�t�u���f�� ��oclan�i�;n��-�►�r�c��
'f I�� �p��li�shl� d���►uMtic�ta�,; ���K��� i�� r�c�i��c�l hY lilc ���I�R�c�l {:ilv �til- �'t�rt V4FurEf� Presjecl Mano�cr ne
��14��ai�mekll I7��si�nee. 1v'll�llli 1�1� t�r�f{t�w�lk1� I Ifri�`5 �IitrcH#�cE, aii crE�:iel' Ic�r ii�e cnrire b�� �o be r.�i�sidercd
res�{x���iv� fc, � frc �F��:c�if���tinns, Tl�e C��-fer�r s��Bl� CIV�A�,L #h�. h�i3E dor�r�i�n�ati�n [o �13e �tssi�ned �'it}�
�.rf' I� ��t1 V4';�rtfti i'rnje�.t Ma�y��.e�' �3r D�:�ar�i�ti�.��� De�s�g�i�.e, A fa�ed caia►° �•ill 6or be uccratcd.
1_ �ubca�tractor Uti�sznl'sau Foriu, if
gonl is o3et �r ex��e�ed;
�, ��u�x�! i�3itl1 ��;FFiMri :���d
4����cc�utrac�{rr L�tift}��iou �'n��ny, i�
���r[tlL'E�}��J47ri !� less fi�an saated �oal;
3. �aod I�Heth �f%r� �u�l
�ubC'.U�11�'a4�lol' �1111i7.�1i1i��1 f'ril-1�. ft�kll}
�� k� �,_�}z�rlici���iG{�n:-
d� i'rinse �o�straeto�• V4�aiver Coe��.
3[ yu�� ��it! p���Fot-i3� �kl
to�i�ractii��!ls���+��e� {vcrr]€;
received rst} laker k�un 2;00 p.i�1„ c�n Il�e sec�����1 �.'ify lxuai��ess
da}� ai�cr ili� bi<I c,p�r�isa� [E�I�. �x�.au.�iv� nF ll�� hicl u��c�aiG��
��lu,
1���c�vcd ri�+ I�#er l}��ri �=(1{1 p.ii3_, ai� fhe secand C�ty business
da}� a�ter tlye bid c��re�ino date, �xcfus:u�e ta9` tfYe i}irf �,penin�,
ante.
F'�c�iv��C if{� �t�Eer �itim�i �;E)[1 ��,�t�„ 01� II�� s��o�td �ity h�isi��ess
dar �f��r 11r� had open4�i� 41a��, e:�cl��sive ��r �I�c bid r�}�e��ing
�i� ��_
rec�ived ho �ater f}.t�s �:UU p.n�.. on [he sec<}ncl �'aly I��iwi��e�s
day aF�er fha bid ope��n� d;�te, excluti��+� 43�� CIX� 1?ilF as�erri�a�
ci�t��.
�E'�l' Ck� �'UR�f 1�1{]l#'131 �Ula L'fY Year3 -�`untiar� S
�7�.�rvn��t[�cc�����t�acflcrr��rE��Fic•n�rres��c����r�F,r�7s ri�yPmircr[�o. in�,13z
�C117�}5]f.:13LI}' T{{'VI�y4`4 1�€*I I� G� :R30 dti� f�+ Ci�VID�9 f:irici���cy
��} � $ '��} � �
[47anr�rity k#usinrss LMrrpnsc 4pc�ifieal�vh�
1'egr � ni' 2
l�
�. Ja�ut Vc�sture C+arm, if ��nl is Fl�es
ar�x�e�ded.
1-��eived e�o lale� �l�a�� :'�1� p,�n„ csr, Cl�v �t�ic�]+r� ('i1}• h�jr•.�i�e�s
�i�y a!�[er lh� i�iti �3pt.�ing d�ie. exclusive �af �C�c bi�i cepc.ni�tg
{�atc:,
� F.�I�..URE iC} C{]4�Pl..S' ��'1TE� TE�E� C.�']'1"5 BUSLN ESS DE�'I�'1��1'C�1' F�N�i'�1ti'�#i4E. [llt�1l�]AI�I'I�:
� �4'kl,�, i�l��l��.'i [N'�-i�l�: �#113 13N:NM1C; ('(7TVSil3�l�F,l1 h!(7�i-i���CFNSi�fC'F{] SPT�1�'iC'1Tl(l[ti5.
� FAl1.l;RC TO St�SM['�'THE REQL��RL�[� I4�BE �{]Cl�h�l�`�-PAl'1C1� Wi�L E��l'�.`I' I�I `I'Ffi��' F�I#3
l3M�a1'�[i ['�11�411)��'�'{�+:�) RC�I�-��1:41'(?IY�NT. A�CC.'[llVil F;11LLiR.� W�L�. REaLIs� i�v r�� arr•��o�
� l3���G b1����i��lslr��l;tx ��'UR � F'F�,�t�i�y� c�l� �rI�F: ►�[•_,�li_ �r�ilth�: l�',4yl.l�lc�� IN ,� �'��'�, YFA�t
1`1'sl�l(ll1 �Vl l.l. RFSi�I,'�' �� ,► UI�Q[J�Li..EF1C�l�'�'DN PERIQ�I OF l'�iRL� YEr�EL�,
G �
7 Aoy l�u�arEor�s, �'teHac Cantacf 'F�c �DE �ff'icc al {S��)39�-�G7�.
� C1�iI� 41+ ��C'F'IOlti
]4
E�
L'1 l'Y CFF f l.ii�'!' V.'{ }Rl7�k 2018 CIF Y'r.nr ]�= Conlyd�'1 5
5TA7ii3A[#U [;C]t�5��'1�Ut'1'1[}CJ Si}Fit`,E1-1�.,�+, i'IUtJ U�L'UM.�7<'C� �'�ty �ho�ect No � I u145:
Tem�,urnii9y Rxv�d Apnl G, PUkb du� 9n CCIYTI71'i �mery�cney
oas2q3-i
Agreement
Page 1 of5
SECTIOf+t 00 �2 43
AGREEM�NT
THIS AGR��]MET�1T, authorized on ��I'Z.��iZl is made by and b�tweer►the City ofForth
Worth, a Te�s ho�me rule municipality, acting by and #hrough its duly authorized Cfty Manager,
(�fCiry»), �nd _ N1cClc��da�n C,o��c�rr�c�'�oh Co� a�► 4v�. ,
apthorized to do busfness in T�xas, acting by and through its duly auth r�z�d �•epresentative,
("Contractor").
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
folIows:
Article 1. WORK
Contra¢to�• shall complete all Work as specified or indicated in the Contract Docurnents f�r the
Px'aject identified her�in.
ArticIe �. P�tOJECT
The project for which the Work under the Contract Documents may b� the whoIe or only a part is
generatly described as follows:
2018 CIP YEAR 3. — Cantracr S
City Project No.: I0.1452
Ariicle 3, CONTRACT PRIGE
City agrees to pay Contractor for perfoi�rnance of ihe Work in accordance with th� Cnntract
DoLcfu�ments an amount, in current iunds, of�,0.,,r v�n�li.�� ��j�ur �tu�t�r�1Dollars
��V +.��,�; ��I � `��' ^l. SE-VbV1� P.i Li� 'CInONSAVLG � �'K
At'ticle �4. CO�OTTRACT TIM� �c�Nc�r�d �or�� �ow�. ar� � �j o� �oo
4.1 Final Acceptance.
The Work will be complete £ar Final Acceptance wi#hin 36p days after the date when the
Contract Time com►nences ta cun, as provided in Paragraph 2.03 of #he General Cond'ti�ans,
plus any extet�sion ihereof allowed in accordance with Article 12 af the General
Condiiions.
4,2 Liquidated Damages
Contractor recognizes that dime is of the esse�zce for completion of Milestones, if any, and
to achieve Final Acceptance af the Work and City wiil suffer financial loss if the Work is
not campleted within the time(s) specified in Paragraph 4.1 above. The Contraator also
recagnizes the delays, expense and difficulties f nvalrred in pt'oving in a legal proceedin�,
the actual loss suffered by the City if the Work is not compteted on time. Accordingly,
instead of requ�ring any such proof, Cantractor agrees that as liquidated da�nages for
delay (but not as a penalty), Contractar shall pay City. six hundred fifly Dallars ($650.00)
far each day that expires after the time specified in Paragaph 4.1 for Final Acceptance
until the City issues the Finaf Letter of Acceptance.
CITY OF FdRT WOR'FH 201 & CIP Year 3— Conlract 5
STAIVDARD CON5TRUCTION SPECiFICATIdN AOCCTMENTS Ci[y Project No.: 101452
Revised D910bl20i9
aoszaa-z
Agrecmank
Page 2 of 5
Artiele 5. CON!'RACT DOCUIVIET*ITS
5.1 CONTENTS:
A, The Contract Documants which comprise_ the er�tire agreement between City and
Contractpr concerning the Work cansist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Farm
1) Proposal Form
2) Vendor Compliance to State Law Nan-R�sident Bidder
3) prequalification Statement
4) StaYe and Federal documents (praject specific)
b. Current Pte�vaiIing Wage Rate Tabte
c. �nsurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power ofAttorney far the Bonds
h. Worleer's Cotnpensation Affidavit
[, MBE and/ar SBE UtiIization Form
3. General Conditians. "
4. Suppiementary Conditions.
S. Sp�cifications specifically made a part of the Contract Dacuments by attachment
or, if not atiac��d, as incorporaied by refarance and described in the Table of
Conten#s of the Praject's Contract Documen#s, . ,
6. Drawings.
7. Addenda.
S. Doc�mentaiian s�tbmitted by Contractor prior to Notice of Award.
9. The follawing which may be delivcred ax issued after the Effective Date of the
Agreement and, if issued, become an incorparated part of the Contract Documents:
a. Notice tn Proceed.
b. Field �z'ders.
c. Change Orders.
d. Lettsr of Final Acc�ptanca.
Article 6. INDEM1�iIFICATICi1�I
6.1 Contractor covenants and agwees to indemnify, hald harmless and defend, at its owu
cgpense, the city, its of�icers, servaats and employe�s, from �nd against �ny and a11
claims arising out of, or alleg�d ta arise out of, the work and service� to be gerformed
by the contractor, its officers, �genta, employees, s�t6cautractors, licenses or inviiees
under this caatract. This indemni�cation nravision is suecifeallv iutentied to onerate
aed be affecteve ��en i� it is aiie�ed or rov�n thAt ali or sflme of the damasea bein�
sou�ht were caused. in wvhole ar in nart. by �nv act. omisaion or ne�li�ence of kfie citv.
This fndemnity provisian is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the cify in de%nding against such ciaims and
CAUSeS O� "�C#io118.
ci� o� �axr wax� 2D 1 S C� Year 3— Contract 5
5'FANDARD CONSTRUC7'ION SPECIFICAT[ON DOCUMFNT'S Ciry Project7�o,: IU(452
Revised 041U6/2019
aa sz a� - �
Agreement
Page 3 of 5
6.� Coutrac#or coven�ats and agrees to iudemnify a�ad hald harmiess, at its ovvn expense,
tE�e city, its officers, servants and empioyees, from and against any and all loss, damage
or destruc#ian of property of the ciEy, arising out of, flr alleged to arise ant of, ibe work
and sercrices ta be performed by the co�iracfor, its oi'ficers, agen�ts, employees,
subconiractors, Iiceusees ar invitecs vnder this coutract. This indemui�cation
pravi�ion i� anecific�li� int�uded fa operate and be effective even if it is al�eged or
prove�a thaf alI or some af the d�mae�s bein;� sou�hi were c�ased, in whole or in nart.
bv anv �,ct, omission or neeli�ence of the citv.
Article 7. NIISCELLA1�iE0US
7.l T�rms.
Terms uscd ln #his Agreement which are de�ned in Aificle 1 ofthe General Conditions will
have the meanings indica#ed in the General ConditiQns.
7.2 Assignment of Cantract.
This Agreement, including ai! of the Cantract Doauments may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Succ�ssors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives ta the other party hereto, in respect to all covenants, agreements and
obligations contained in the Cantract Documenfs.
7.4 Severability.
Any provision or part of the Contract DQcuments held to be unconstitativnal, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upan CITY and
CONTR.ACTOR.
7.5 Gaverning Law and Venue.
'�his Agreement, it�cluding a(1 of ihe Contract Documents is performahIe in the Sta#e of
Texas. Venue shall be Tarrant County, Texas, or the United States Disn•ict Cour� for the
Northern District of Texas, Fart Worth Division.
7.6 Authority to Sign.
Gontractar shall attach evidence af authority to sign Agreement if signed by sameone other
than the duly authorized signa#ory of the Contractor.
7.'1 1'sohibition On Contracts With Companies Boycotting Israet.
Contractor acknowIedges that in accordance with Chapter 2270 of the Texas Gavernment
Code, the City zs prahibited frum entering into a contract wi#h a company far gaods or
services unless the contract contains a written verification frocn the cornpany fhat it: {I}
dass not boycoit Israel; and (2) wi11 not bnycott Israel during the term af the contract.
CITY OF FORT WORTH 2O18 CIP Year 3-- Contract 5
STANiDARD CONSTRUCTIaN SPECIFICA'i'[aN DQCUMENTS City Pro,{ect No.: 141452
Rcvised 09106/20i9
005243-4
AgrecmanE
Yage 4 of S
The ternns "boycott Israel" and "comp$ny" shatl have the meanin�s ascribed to those terms
in Section 808.0(f1 of the Texas Government Code, By signing fhis co�trac� Contractor
certifres thal Cantrae�ar's sagriatu�e pravides written verifcation to tfre Ciay that
Contraclor: (1) does not boycott Isruel; and (aj will not boycott Israet during ihe terrn of
the confract.
7.8 Immigration Natianality Act,
Contractor shail verify the identity and employment eligibitity of its employees who
perform work under this Agreement, including complet�ng the E�nploynnent Eligibility
Verification Form (I-9). Upon request by City, Cvntractax shatl provide Ciiy wif.� eopies of
alt I-9 forms and supporting eIigibiliiy documentation for each empfoyee who performs
work under this Agreement. Coniraator sha11 acihere to a1I FederaI and State taws as well as
establish appz'opriate pxocedures and controls so that no services will be performed by any
Can�ractor employee who is not legaily eligible to perform sucit seirvices.
COT+iTRACTOR SHALL II�TDEM�IIFY CITY .�1�ID HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABYLiTIES, OR LOSSES DUE TO VIOLATIOI�TS OF
THI� P�TtAGRAPH $Y COIdTRACTOR, CONTRACTOR'� EMPLOYEES,
SUBCONTRACTURS, AGEi+TTS, OR LICEI+TS]EES. City, upon writtez� notice #o
Cantracto:r, shall have the right to immediately terminate this Agreement far violations of
this pravision by Contractor.
7.9 No Ti�ird-Party Beneficiarfes,
This Agreement gives no rights or benefits to anyone nther than the City and ihe Contractor
and there are no third�par#y bene�ciaries,
7. i 0 No Cause of Action Against �ngineer.
Confractor, its subcontractors and equipment ant� tnaterials suppliers on the PROJECT or their
sure�ies, shali rnairatain no direct aciion against tYte Engineer, its of%cers, employees, and
subconhactors, foj� any claitn arising out of, in connection with, or resuliiz�g fram the
engineering services perfarmed. Oniy the City will be fk�e bene�Zciary of any undartaking by
the En�ineer. The presence or duties of the Engineer's persannel at a canstruction siie,
whether as on-siie represen#atives or atherwise, do nat maice the Engineer or its personnel
in any vvay responsible for #hose duties that belong io the Ciiy and/or the City's construction
eontractors or other entities, and do not relieve the co�structian contraators or any other
entity of their obligations, duties, ar�d respansibiiities, including, but nat Iimited ia, all
constsuction methods, means, techniqnes, seyuences, and pi•ocedures necessary for
coordinating; and conr�pleting ali portions of the construc#ion worlc in accprdance with the
Cantract Documents and any health or safeiy precautions required by such constrnction
work. The Engineer and its personnel h$ve na aut�ority fo exercise any control aver any
construction contractor or ather entity ar �heir employees in conneciion with their work ar
any health or safety precaufions.
SIGNATURE PAGE TO �OLLOW
C17'Y OF FORT WORTH 2O18 CIP Xear 3— Canhact S
STATIBARD CONSTRi1CTI0N SPECIFICATION BOCUNIENTS City Project No.; 101452
Revised 09/a6/20t9
005243-5
Agrccment
Page 5 af 5
IN WITNESS WHEREOF, City and Cantractor h�ve e�tch executed fhis Agreement to ' be
effective as af the date subscribed by the Giiy's designa#ed Asszstant City Manager ("EfFec#ive
Date").
Giiy af Fort Warth
(1'rinted N�ne)
������������, ���s����r
T't`� ��c���noN ca�sr ca., ��c,
P.o. �ox ass
Addcess �
City/Siate/Zip
Date
Dana Bur�13'�6ft "
Assisiant City Man�er
•.. -� •
Date . " ,. :f � -',yc-�.�
Aitestt ' �f � �� ��0.����/u����`�
i � • , — . :&, _ ••,��5• e"� �,�;
�' a�.,tyr .� �4�� ���� ��#
ci#y sec era ._. � F= ;� ;"'� i y
�-� : frh
I '���� 9'Y� .�v
(Seal} , � ��4"
M&C: �I " 4d� ,~w'� .. __� -
Date: [�f7 �Zb��1 � � ��, �,�
Far3n 1295 No.:
Coni��act Complisnce Manager:
By signing, I acknawledge that I am #he pe:rson
• � respoz�sibie fQr ihe �nonifiartng and
adrninistration ofthis canf�act, ir�eluding
ensuring all perfor�ance and reporting
, requirements.
MaryHanna���a'�;�a 9��
For Maged �aki, �'.E.
Project Managex�
Cl'I`Y OF FOitP l7�It3TtTfi
STAI�EI3ARD CONSTRIJCT�ON SP�CYrTCA7TON DOCUIJ�Ei�TS
Iteviscd D9fOb/2D14
Approved as to Fof��n and �,egality:
@�i
Douglas W. Black
Assistaat Ci#y Attorney
AP ROVAL CO D:
}� I
William Johnson, irect t• �
Transpo��tation & Publ' Works Depar#�nent
2018 CI���''�r ?- �ntr�g�i��'����
Citi�rro�ecti�n.:Ia14S2 ��
; ` ��.
��� ���'�:�����, ���������
1
Z
._ �
�
5
_.-- 6
7
�` - 8
9
�� 16
11
_w l2
13
14
.� l5
fb
"'� 17
�
�
�
�and Number TXC611801
THE �TATE OF TEXA�
COi71lTTY OF TARRA�TT
SECTI4N 0� �i 13
FERFORMANCE BOND
ao6� i�-r
PERFOKMAI+iC£ BOND
Page 1 of 2
§
§ �NUW ALL SY THESE PR��EIeiT�:
§
That we, _,.. McClendon Cons�ructian Company, Inc. , 3�nowri as
"Frincipal" herein and M�t'chants Bor�dinq Gumpanv fMutuall __ , a corporat�
surety(suretzes, if mare tl�an one} duly authorized �o do business in the Staie of Texas, knovsm as
"5arety" herein {whether one ar rnare}, are held and �irmly baund unfio thie City of �ort WorEh, a
municipal corporation created ursuant to the Iaws of Texas, lator�+n as "City" lzerein, in the penal
faur million fiour �undred seve�ty eig�t thousand
sum of, Pi�,ht hi�ndred f�r#v onP and 30110C1_ Dollars
(� 4 478 $41.30 , Tawfnl ntaney of the United States, to be paid in Fort Worth,
Tar�a�t CounEy, Texas for the p�.yment of w�ich sum well and truly ta be rnade, ws bind
ourselves, our heirs, exe�uiors, adminisfra�ors, successors and assigns, jointIy and severally,
fizxnly bq these presents.
18 WHEREAS, the Priz�czpai has entered into a certain written contract with tl�e City
] 4 awarded the �� day of ''an u�c� , 20 21 , which Contract is hereby referred ta and
20 made a part hereof for all purposes as i� fulty set forth herein, to fuxnish all maierials, equipment
21 labor and ather accessories defined by law, in the prosecution af the Work, including any Ghange
22 Orders, as prov:ided for in said Contract desigctated as ��15 CIP, YEAR 3— C�I�TTItACT 5,
23 Cit� Projeet No. 1OT45�.
24 NUW, THEREF[lRE, ths condi#ion ofthis obligation is suct� that ifthe said Principal
2S shall :Faithfitkly per%rm it obligatians under ths Contract and shall in all respects duly and
26 faithfully perFarm th� Wprk, inciuding Chai�ge Orders, �znder the Con�ract, according to the �ians,
27 specifications, and contract dvcuments therein r�ferred to, and as well drzring any periad of
28 extension of the Contract that :txtay be granied oa� the part o£ tha City, �-ien this obligation sha11 be
29 and beco�ne nu11 and void, otherwise ta remain in full %rce and effect.
30 PROVIDED �UYtTHER, t1�at if any legai action be filed on this Bond, ven�e shall lie in
3 i Tarrant County, Texas ar the United States District Court :For �e Northein District of Texas, Fort
32 V4�orth Diviszan.
CPI'Y OF k'O12T W[3R�'FI
STANDARI] COld53'RlJGTION SPEGif�TCA'I'LO]+I DOCUM&1VT3
Rcvised 7uly 1, 201 t
201 S CJP Year 3— Contraet 5
Ciry ProjectNu.: 1D1452
2
3
4
5
6
7
8
9
lQ
z1
12
13
14
l5
If�
17
1&
19
20
21
22
23
2�4
25
26
27
2$
i�
30
31
32
33
3�4
35
36
37
38
39
40
41
42
43
4�
45
ao6i i3-z
p�x�axM�c� $orm
ra�� z ofz
This bond is made anc� exeeuted in complianc� v�rith t�►e provisions of Chapter 2253 of fhe
Texas Gavexnment Code, as amended, and ail liabilities on this bond shail be detern�ined in
accordance wi.t�► t�e prnvisions of said sfatue.
IN WITi�TESS WHEREQF, the Principal and the 5urety have SIGNED and SEALED
this instt'ument by duly author�zed agents and oificers on fihis the . ��� day of
F 1' nc�,(` , 20�.
ATTEST:
��
rmcipal) Secretary
� � /�,
�
k�
ess as i rincipat
f�-�t.� Ld�c'
Witness as t rarety
PItWCIPAL:
McC� �� Construction Company, Inc.
s
5ignat�re
�� �t,�.���Q�, �������f��°
Name and Title
Address: PO Box 996
Burleson. TX 78028
SiiIt�°I'Y:
Merchan Bonding Corrtpany [Mufual]
r
BY:
Sign e
i :
Betty J. Ree�(, A�forn�y-in-Facf
Nacne and Title
Address: p0 Box 'f 4498
Des Moines, IA 50306
T`elephone Number: 210,687.2230
*Note: Tf signed by an afficer of ihe Surety Company, thez� must be on file a cez�ti�ied exf�act
frorn the by-laws s�aawing that this person has authority to sign such abligafsan. Ii
Staz'ety's physical address is different from ifs m�iling addre,ss, both must be provided,
The date of the bond shall not be prior to fihe date the Contract is awarded.
C1TY OF F�R'F WOTt7N
STP,NDARD CONSTRUC'1'IflNi SP�GIFICATip�F DOCUMENTS
Rovised Ju[y i, 2� 1!
201$ CIP Year 3-- Can#ract 5
City Nroject Na.: i01452
�
�
�
�
�
�
�
�
�
�
�
�
�
1
2
3
�
5
6
7
S
9
1 E7
11
12
13
14
15
16
17
8and Number TXGB11801
THE STATE �F TEXAS
CDiTl"�TY QF TARRAI�T
�ECT�ON UO �1 ��4
PAYMENT BOND
00 6I 14 - ]
rnYn�N�• �arm
�s� i a�s
§
§ KN�W ALL SY THESE PRESENTS:
§
��# y�e, McC}endor� Cor�struction Company, Inc. ,�own as
"Frincipal" herein, and _S�reTec Insurance Cort3pany � a
corpqrate surefy (sureties}, duiy authorized to do business in the State of Te�as, kr►ovvn as
"Sur�ty" herein (wl�ether one ar more), axe held and frrnly bound unto the City of Fort Wor#h, a
munici�al corporaiion created �ursuant to the lavvs af �he State af Texas, �Cnown as "City" herein,
four miliion four hundred seven eight tF�ousar�cf
in fihe ge�al sum af eight hundred forty one and 301�f10 ____ _ Dollars
($_ 4.478,8�€'E .3D ), lawful money nf the United States, to be paid in Fort �Vorth,
Tatrant County, Texas, for the payzr�ent of which sum well and truly be inade, we bind ourselves,
aur heirs, executors, adtninistrators, successors and assigns, jaintly and severally, firmly by these
presents:
TS WHER�AS, i'riiicipal ha� eni�ered inio a oertaiu� written Contract with City, awarded t1�e
19 �day oi �-','�'a�,�qa�___,�� , ZQ ?_I , which Contract is hereby are£�rred �a and
20 made a part hereof for a�l pu�poses as ii fixIIy set forth herein, to furrush all inaterials, equipment,
2I Iabar and other accessoz�es as defined by Iaw, � the prosecution of the Wor�C as �rovided for in
22 said Contract and designated as �1?18 CIP, YEAR 3— CONTRACT 5, City Project 1�Ta.
23 1414§2.
24 NOW, THEREFdRE, THE CaNllITIQN QF THIS OBLIGATION is such that if
25 Prineipal shall pay all znonies owing to any (and a11) paynnent ba�d beneficiary (a� defined in
26 Cha�ter 2253 of the Texas Gavernu�ent Code, a� a�nended) in the prasecuti.an of the Work under
27 the Contract, then tha�s abliga�ian shall be and become nult and void; otherwise to remain in fiitl
28 force and eiFect.
24 This bo�d is made and executed it� complianee vvitl� tl�e pra�isions of Chapter 2253 of the
3a Texas Government Code, as amended, and alI liabifities on thi,s bond sha11 �e determined in
� 31 accordance with the provisians nf said statute.
az
CTTY OF FOR'f WORTFF
STAI+�BARD CONSTRUC'TTDN 3PECIFiCA'FEOIV DUCU3viEN"i'S
AevisedJuly 1, 201I
2418 GfP Year 3— Cu►rtracE 5
Ciry Pmjeci 1Va.: 101452
046i 14-2
PAYMENT BOAFD
Page 2 of 2
l. I1dT WI�'�+iESS WHEREO�', the Principal and 5urety have each SIGNED az�d SEALED
2 ��is inst�rument by duiy authorized agents and officers oi� this ihe ,,,,�_ day of
3 F��`U�A,I`u , 20�_.
_ �
4
( ' cipal} Secr�y � .
� ;' ��'. � �'
Wi#n Pr� c' a
/
ATTEST:
�'RINCIPAL:
McCfendo onstruction Cam an , fnc.
�Y:
,�. Signature
��� �������, �����a����
Name and Title
Address: Pa Box 996
Burl.��o�._ TX 7�02�_
�
m
�
0
ATTEST:
,� ���l�
��
(Surety)�c witness �- . �
�.��. v��,
vVitness as to .et�, .M �
S
6
7
8
9
l0
m
12
SURETY:
Mereha Bonding Ca ar�y [Mutual�
r
BY: �
��
I �
�etty�llReeh, Attorney-in-Faci
Name and Title
Address: P� �ox 'f 4498
Des Moines, IA 50306
Telephnne Nnmber. 210.697.2230
Not�: If signed by an off`icer of the Surety, there must be an �le a eertified extract from the
bylaws showing that this person has autharity to sign such ahligation. If Sucety's pl�ysicai
address is di�Ferenf from its maili��� address, baEh must be pravided.
The date af the bvnd shaii not be prior to the date the Contract is awarded.
END QF SECTi ION
CiTY OF FOitT WORTH
S'i`AND�IRD CONSTI2UCTION SP�CiEiCATTON A�CUMENTS
Revised Ju1y 1, 20i i
2ois c�r �rcc� � - co�mact s
City Project Na.: 101452
�
„„
0
�
�
�
�
Bond Nurrtber TXC61980'1
1
2
�_ �
4
S
.�. �
7
8
.� 9
1Q
- ,. 11
12
...... 13
14
15
16
17
� I8
19
�. 20
21
�. _ 22
23
24
25
26
. . 2T
28
."", 29
3a
.�. � �
THE STATE OF TEXAS
COUNT�' OF TARI�INT
SECTIOT+T 00 61 i4
MAINTENANCE BOlVD
4D 6I 19 - i
lvlA,INT�lVA1VCE BOND
Fage ] of3
§
§ ]f�OW ALL BY TIiESE PRESENTS:
§
That we McCler�don Construction Co�'r�pany, Inc. knovKm as
,
"Priucipal" herein and Merchan#s Bor�ding Company [Mutu�l] � a corporate surel�
{sureties, if more ihan one) duly auiharized ta r�n business i.n ihe Stat� of Texas, known as
"Sure.ty" h�erein (whether one ar �nore}, are h�ld and �irmly bound unto the �ity o£ Fort �Vorth, a
municipal car� oration created pursuant to the laws of the Sta#e of Texas, luiown as "City" herein,
four milfion four hundred sevenfy eight thousand
itl tlie Su1T1 afPl�,�rlrwrE fnrfiT nr� anrl �fi/1{j(� Dcl1��T5
($ 4,�k7$,84i.3E? ), Iaw£ul ��oney of the United States, to be paid in Fort Worth,
Tarrant Go►,�nty, Texas, for payment of which sum wefl and tluly be int�de unta the City and its
successor�, we bind qurselves, aur heirs, executars, administrators, successars and assigns, jointly
and severally, firinly by these preses�ts.
WHE�EAS, the Prineipal has entered into a certain vvritten contract with #he City awarded
the_ �� day o£ �'A C , 20 2l , which Coniract is hereby
referred ta and a made pat� hereof far all purposes as if fully set f�rth herei.n, to f�rnisi� all
maieti.aIs, equipment labor and other accessories as def ned by law, in tha prasecutian of the
Work, ineluding any Work resulting from a duly authorized Change 4rder {colleetively herein,
the "Wark"] as provided for in said contract and designated as 201� CIP, YEAIt 3—
COi+TTRACT �, Citly Prvjeet l�u. lO1.452; and
WH�R�A�, Princ�pal binds itself to use s�ch �ate�-ials and ta so eonstcuct the Wark in
aceordanae with �he plans, s�cifications and Contract Docurriants t�at the Work is and wi21
remain free frorn defects in mater�ais nr worlcmanship for and duriz�g the period of trvo {2) ye�rs
afier the date af Final Acceptar�cs vf the Warl� by the City ("Main�enance Period"); and
32 WH�REAS, Principal binds ikself to repair ar reaonstc�uct thc Wark in whole or in part
33 �pon receiving notice from the City of the need therefor at any time within the Maintenance
34 Perind.
CITY OF FOR7' W OIt7'H
3TANE7.4RD CDNSTRiTCFiON SA�CN�FICA'1'I�N DOCLTM�NTS
Revised.fuiy 1, 2017
2D 13 CIP Year 3— Cpnirttct 5
Gity Project I�Eo_: J 01452
OD6119-2 .--
MA3AI'I'Ei�fANCE BON[3
Auge 2 of 3
1 �.,
2 I�OW THEREFORE, the condition of tt�is obligation is s�xc� that if Princi}�a] shall
3 r�medy any defective Work, for which tiui�ly notice was provided by Ciry, to a carnpletion r�
4 satisfactory to ihe City, then this obligat�an shall beeo�ne null �d vaid; othsrwise to remain in
5 fiill farce anc� effeck.
�,
6
7 PROVIDED, HOWEVER, if Principal shall fail sa to repair or reconshuct any ti�nely
S noi�ced defective �lork, it is agreed that the Giiy �nay cause any and aii such defective Wark to �
9 be xepa�ired and/ox reconstructad with all associated costs thereof being borne by the Principal and
lfl the Surety under this Maintenance ho�id; and �
I1
12 PRQV�DED FURTHER, tliat if any le�al acti€�n 6c �led on this Bond, ven:ue sba�l 1ie in ,_
13 Tarr�nt CoL�nry, Texas or the United States District Gaurt for the Northern Districi af Texas, F'c�rt
14 Worth Division; and
15
16 PRQVIDED FURTAER, fhat ii�is abligation shail be continuous in ��aiure and
17 successive recoveries rnay be had hereon for successive breaches. �
18
19 l
20
�
CITY OF FORT WORTH 201 S CiP Year 3— Co�tract 5
57ANI�ARD CONSTRLfCTdON SPECIFiCATIOAE i�OCTlME1VT5 City Project i�la.: 141452
Revised July 1, 2011
�
�
�
�
�
�.,
00 61 19 - 3
�YfAR+3T�NANCE BOND
Page 3 of 3
�
1 IN WITI�i]ESS WHEREOF, the Principal �nd the �urety have each STGNED and SEALED tl�is
2 instc�ument by duty aUthorized agents and officers on t�is the 4( �^, -- day o�
3 ���, 2��.
4
,A... �
b
7
�_ $
�
��
11 A EST•
. �- 12
13
14 rincipal)
t 1� � � • . .
, �-
18 �� � /'� •
I9 ='
2Q Witness ta in al
21 w
22
-- 23
24
25
26
�� 27
28
29 A'I"I'E •
30!^�
� 31
32 (Suxety�x�c witness
33 , ,
:. 34 ��' ��... ` .�+
35 Wimess as to S ety
36
, . � �. .
..��. . • r.
� � � ��
: .,..�1.[/�.l�I_''��
, ,�_ _ _ - _
��� ������t�i�, ���s�����
Name and Title
Address: PO Box 9Sfi
Burieson TX 76�28
SUItE'TY:
Merc�a Bonding Campany [Mutuaf]
�Y_ � ,� �.
Sig ure '/
1
Betty J, R(�h, Aftarney-in-Fact
Name and Tifle
Address: P[� Rc�x 'f t1498
Des Moines. IA 503�6
,Telephone Number: 21(3.697.2230
37 "•`Note: Tf signed by an off"Ecer of the Surefy Coxnpany, tlzera must be on file a ce�-�iFed extract
38 from the by-laws shawing that this person has authority to sign such obligation. If
39 Surety's physica( address is d�fiFere��t £mnn its mazling addz�ss, botla must be provided.
4U The claie of the bond shall not be prior to the date the Coniract is awarded.
41
CITY OF FdRT WORTH
STANDtCR� CqNS'iRUCT14N SP.ECIFECRTION DOCUNIEN7'S
Revisecf July I, 2fl I 1
2016 Cii' Year 3-- Couh�cl 5
City Project No_: Ip1452
����i ����
�._.,..��... _ _--- _ _
BUi�TD�,�G GO�tlRPA��T�
L�O�EF� �� d�iiOFtYV�Y
KnowAil Persons 6y These Preser�fs, that hItERCHANTS BONDiNG CONIPANY (MlJTUAL} and MERCHA�VTS NATfONAL B4NI�tNG, INC.
both being corporations af the State oi lav�a (herein collecti�eEy cailed the aCompanies") do hereby make, consfitute and appoint, individualfy,
Andrew Addison; Beity J Reeh; 8ryan K Moore, Gary Wayne Wheakley; Micltae! � Flendrickson; Pafricia Ann Lyt#ie
their true and lavuful Attorney(s�in-Fact, to sign its name as surety(ies) and to execute, seal and acknowiedge any and alf bonds, undertakings,
contracts and ofher writ�en instruments in the naiure thereaf, on behalf of the Com�anies in their business af guaranteaing the fidelity
of persons, guarariteeing the pertormance of coniracts a�d executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attorney is granted and is signeci and sealed by facsimile under and by authority of the following Sy-Laws adoptec! by #he Board
o# Direciors of Merchants Bonding Company (fV�uEuaE) on April 23, 20'i1 and amend�:d August 14, 2015 and adopted by the E3oard of Directors
of MerchantsM1[ational Bonding, Inc., on October 95, 2015.
"ihe i'res'rdent, Secretary, Treasurer, or any Assistant Treasurer or any Assista�t 5ecretary or any �ce President shail have power an[t authority
to appoint Attarneys-in-Fact, and ta authprize them to execute on behalf of #he Company, and attach the seal of #he Campany thereto, bottds and
ut�dertakings, recognizances, contracts of indemniiy anc! ather writings obligaiory in fhe nature thereof.°
"The signature of any authorized oi#ioer and the sea! of ihe Campany may be affixed by facsimile or eleetronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and deiivery of any 6ond, undertaking, reaognizance, or other suretyship obligafions of the
Campany, and such signature and seal when so used sha!! ha�e the same forc� and effect as though manuatly frxed:'
In conneoUon with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
A#torney-in-Fact inclucfes any and all conserits for the release of retained percenfages and/or final estimates ort engineering and construction
contracis required by the State af Florida Qepartment of Transportation. It is fu11y understood that consenti ng to tY�e State of Fiorida �epariment
of Transportatian making payment of th� fnal estimate to the Confractor andlor its assignee, shall nat relieve this surety campany af any of
its ob6gations under ifs bond.
In connection w+th ob[igations in fa�or o� ihe Kentucky Department of Highways aniy, it is agreed fhat the pawer and authprity hereby given
to the Attorney-ir�-Fact cannot be modjfied or revoked ur�less priar written persona� notice of such in#ent has heen given to #he Commissioner-
Department Qf Fiighways of the Commonwealth of EfenEucky a# least t�irty (34) days priar to �he madifioaiion or revocatian
fn Witness Whereof, the Companies have caused this instrument fn be signed and sealed #his 1 ft� day of February , 2p20 .
���*•�� � •#��� ° � e � � � � °
��..��p,'t,,....:�<�.,+ ,o�q1�?�.�4g�jA..
��: ���Rp�I�q�..p� + i��Q�4�1P�TA���Q`��'o IVIEitCMANTS NATIONALCBONDING,{ NG. u�'
t�' p a
;�;�' �`Oe �C� vd�:��; _O— f���s
+ ° �.: �: • �
: � : �A03 ,:,,� : �•, � �33 ;' �; �y �
%�''. �•' :`�e%�y-•.......�1•':b,��°e
�e�����'•A•'�.���� ��a�/ �� `eam+ Prestdent
SFATE OF �OWA
���fr��W �ra►�� ° � e s � a � •
COUI�[TY �F DALLA5 Ss.
�n this 1'[th day of February 2020 , b�fore me appeared Larry Tay[or, fo ene persanally known, wna being by me du�y sworn
did say that he is President of MERCMANTS BONDING COMPANY (NTUTUAL) and ME�CFtAIVTS NATIONAL BONDING, INC.; and t�at the
seals affixed ta the foregqing insfrutnent are the Corporate Seals of the Companies; and fhat the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Baards pf Directars.
��iIAE �, ���.�Y i�t��� � lfv► �.�Q,.�..�
o � Cammissio►� Nurnber 750576 �y.�,�,,, r��
�' ° ° ° ° '` My Commissian �xpires " `� �'
�, �. i Janua�t 07, 2023 Notary Public
(Expiraiion of notary's eommission
does not irnralidate this instrumentj
I, William Warner, Jr., Secretary af iU1ERCHANTS BONDIIdG COMPANY (MUFUA�) and M�RCHANTS NAT10�[AL BONDWG. INC., do hereby
certify that the abo�e and Foregaing is a true and correct copy of the POWEf�-OF-ATTQRIVEY executecE by said Companies, which is stiil in full
force and effect arx! has not t�eert amended or revoked.
In Wdness 1M�ereof, I have hereunio sat rny hand ar�d a�xed the seal of t�e Companies on this day of ,
++r���Fu..er�� ��o � � �pro��p
�i��� j ���+ os�`�� 4a�°oe
�����' � ' S3s�' `•� � O �' A . �
A�� ���, o+�.'OR 'Q.Q'=��� ,
=�r�.`� ��4�' «�:�y —o— �^`�i ' ��?�
. � � O a F� � ' {�' -�-+�'
; j�: 2D03 ;;,�;� � �' 1933 .: ��; 5acretary
: �' . : �� .• •�J �4�0
�f��� A •��� •''�`! .
+'+�1`$�,•�j�,•••�tl���`+ oolr�....�`. �pe
�W
Poa oo�s ���i�o� ''••'.��*►�s'`' e�ro`a46
� ?G�� � �;��, �
�► �`..� i��� � �f �Ci � �.i i�+�. �' f�. ��` "�+`-
�1�1�OI� 1T1�1 I�T7C' I�T�TIC�C
To abtain information or make a cflmpla�nt:
You may contact your insurance agent at the telephone number pro�ided �y your insurance
agent,
You may caEl Merc�ants Bonding Company's toll-firee #elep�tone number for infarmation or to
make a complaint at:
1-80(1-5��-8�77
You may car�tact the Texas Depar�ment of Ins�rance to obtain infarmation vn comp�nies,
coverages, rights or compiair�ts at:
'i ��ODa���a3�39
You may write the Texas Department of Insurance at:
P. �. Box 1499a4
Austin, TX 78714-9904
Fax: {512) 475-1771
Web: http:/lwww.tdi.state.tx.us
E-maiL• GonsumerProtection@tdi.state.tx.us
PR�fk�l�llk� �D CLAi�li �l��U���; Shouid you have a dispu�e concerning your premiurn or
about a claim you sha�ld con�act the ager�t first. If the dispu#e is nat resofved, you may contact
the Texas Depa�tment of Insurance.
A��ACFI `��1� �!C}TI�� i0 Y�U� P�LI�v: This notice is for infarmation anEy and does not
became a part or canditian af the attac�ed doeument.
SUF' nQ32 iX (11�9)
ibl� �fdD�I���i�fI�NT Gh���GES TH� ��LICY. �L�A�E 13�� li C,�R��IJ��Y.
i�%�►S �DIV��A����'S B�{V�C�i �1��i�1��l�L I��U���
��V��F�S��fl�YV� - L��4�I�i A
This endorsement modifies insurance provided underthe follawing:
COAlIY4A�RCIA� G�IdL�RA� �IAL�I�ITY COV�RAGE �AR�
Policy Number Agency Number Policy E#fecti�e �a#e
CPP2111179 0755324 01/31/2020
Policy Expiration �ate Date Account Number
�1/31/2021 01/31/202D
Named Insured Agency Issuing Company
MCClendan ConstruCtion Company, InC. I B'I' X- LAS COLINAS AMERISL7RE MLTI'U1�L IIVSURAAICE
CQMPANY
1. a. 5€CTION II -1lVb0 IS AN IN�UR�� is amended to add as an addifinnal insured any person or
organizaiion whnm you are required to add as an addifional insured on this policy under a wri#ten contract or written
agreement relating to your business.
b. The written contrac#or+�vritten agreement must
(7) Require additional insured staius for a time period during the ferm of this policy, and
(2) Be executed prior #o fhe "bodily injury", "property damage", or "�ersonal ancf adveriising injury" leading to a
claim underthis policy,
c, If, however:
('[) "Your work" began under a leiferof intent ar wor�c order; and
(2) The letfer of intent or work nrcier led to a written contract or written agreement within 30 days of beginning
such waric; and
(3) Your custarner's customary cnntr�cts require persons or organizations to be named as additional insureds;
we will provide addifianal insured status as specified in ihis endorsement,
�. The insurance provided under this endorsement is limited as fol[ows:
a. That person or organization is an additional insured only with respect to lisbility caused, in whale or in pari, by:
(1) Premises you:
�aj Own;
{b) Rent;
(c) L.ease; or
� [d) Occupy;
(2) �ngoing oper�i{ons performed by you or on your behalf, Ongoing operations does not apply to "bodily
injury" or "property damage" accurring after;
(a] All work to be performed by you or on you r behalf for#he additional insured(s) at the si#e of the
covered operations is campleta, including refated materials, parts or equipment (otherthan service,
maintenance nr rep�irs}; or
(b} Thai portion of "your work" out of which the injury or damage arises is put to its intended use by any
person or organization otherthan another coniractor working for a principal as a part of the same
project.
CG �0 8�'�01g
Includescapyrighted material of Insurance 5er+iicesOffice, Inc.
�ages 'I o� 3
(3) Completed operatians cnverage, but only if:
(aj The uvritten coniract or written agreement requires completed operations coverage or "your work"
coverage; and �
(b) This caverage part provides coverage for "bndily injur�' or "property damage" included within the
"products-completed op�rations hazard",
However, #he insurance afforded to such additional insured only applies to ti�e extent permitted by law.
b. Ifthe wrftten cantraci or writfen agreement:
(1) Requires "arising out oi' language; or
�2� ReqUires you to provide additional insured cover�ge to that person ar organizatian bythe use of eifher or
bofh of #he foflowing:
(a) Additional Insured — owners, Lessees or Gontractors — Scheduled Person Or Organization
endorsement CG 201010 fl1; or
(b) Additional Insured — awners, Lessess or Ccantractors — Completed Operations endorsement CG 20
37 10 D1;
then the phrase "caused, in whole or in part, b}i in paragraph �.a. above is replaced by "arising out af'.
C. lfthe written eontract or wriiten agreement requires you fo provide additional insured coverage to th�t person
ororganization �ythe useof:
�1) Additional Insured -- Owners, Lessees ar Gontracfors — Scheduled Persan Or Organization endorsement
CG 20 1 D 07 04 or CG 24 10 04 13; or
[2) Additional Insured — Owners, Lessees ar Contractors — Completed Operafions endarsement CG 20 37 Oi
Q4 or CG 20 37 0413; or
(3} Both those endorsements with either of thase edition dates; or
(4�) �itheror both of the following:
(a) Additional Insured — Owners, Lessees or Confractors — 5eheduled Person Or Organization
endorsemenl CG 20 10 withouf an edition dafe specified; ar
(b� Additionallnsured—Owners,LesseesnrContraators—CompletedOperationsendorsementGG20
37 without an edition date specified;
#hen paragrapi� �.a. abave applies.
d. Premises, as respects paragraph �.a.(1) above, include commnn or public areas abvut such premises if so
required in the written contractorwritfen agreement.
e. Additianal insured status pro�ided under paragraphs 2.a.j1)(b] vr 2.a.(1)(C) above does not extend beyand
the end of a premises lease or renlal agreemer�#.
f. The lirnits of insurance that apply to the additianal insured are the least of those specified in fhe:
(1) Written eontract;
(�) Wriften agreement; or
(3) Declarations of this policy.
The limits of insurance are inclusive of and not in additian to the limits of insurance shown in the Declarations,
g. '�he insurance provided to #he additionai insured does not apply to "bodily injury", "praperly damage", or
"personal and aduertising injury" arisir�g out of an architecYs, engineer's, or surveyor's rendering of, orfailure
to render, any professional services, inclucling but not limi�ed to:
(9) The preparing, approving, or failing to prepare or apprave:
(a� Maps; _
(b) Drawings;
(C) Opinions;
Includes capyrighfed maieriaf afi Insurance Services {7ffice, Inc.
�age 2 0�3 CG i0 �5101�
{d) Reports;
(e) Surveys;
(� Change orders;
{g) pesign specifications; and
(2) Supervisory, inspection, ar eng9neering services.
h. SECTI�M I!f —CC?MIl+II�RCIAL G�N€RAL LIA�ILITY CUN�ITIONS, paragraph 4. Other lnsurance is
deleted and replaced with the follawing:
4. �ther Insuranas.
Coverage provided by this endorsernent is excess aver any other valid and collecii�le insurance a�ailable
to the additional insured whether:
a. Primary;
b. Excess;
c. Gon#ingent; or
d. On any ather basis;
but if the written contract orwritten agreement requires pri rrtary and non-contributary coverage, this
insurance will be primary and non-cantributory relative to ather insuranae a�ailable tn the additional
insured which cavers that person or or�anization as a Named Insured, and we will no# share with that
other insurance.
I�fihe written contract ar written agreement as outlined abave requires additiona! insured status by use of CG
2Q 10 11 85, then fhe caverage provided underthis CG 70 8y endarsemenf does not apply except for
paragraph �.h. Otiter Insurance. fldditional insured s#atus is limited to that provided by CG 2010 11 85
shown belaw and paragraph 2.h. (]ther InsuranCe shown above.
A��ITIO�lA� INSUR�� � OlrifRfIERS, ��SSEES OR
GO�dTRAGTORS (FORiIt'� �)
This endorsement modifies insurance provided underthe following:
COMMERGIAL GENERAL LIABILITYCOVERAGE PAR7.
SCH�DULE
Name of Psrsnn orOrganiaatian: Blanketwhere required bywritten cantractarwritten ag�eementthat
the terms o� CG 20 �0 11 85 apply. �
(If no entry appears abave, informatian required to corrtplete lhis endorsement will be shown in the
Decl�rations as applicable to this endorsement.)
UIlHO IS AN INSURED (5ecfion II) isamended to include asan insured the person ororganizatinn shown
in #he 5chedule, but only with resp�at ta liabilify arising out ofi "your v�rork" for #hat insured by or far you.
CG �01011 �5 Copyright, [nsurance 5ervices Office, Inc., � 984
The insurance provided by this endarsement does not apply to any premises or wark for which th� person or
organization is specifica�fy fisted as an additional insured on another endorsement at#ached to #his policy.
Includescopyrighted rnaterial of Insuranee 5ervioes�ffice, Inc.
CG 70 8� 1Q.15 �ages 3 0� 3
t NAMED INSURED: MCCL.�NDOI�! COfVSTRiJCTION COMPAIVY, INC.
POLICY NUMBER: CPP2111179
i V�IS �NDORS��UI�RI� CbA1dG�S Yb� RO�ICY. �I,�AS� R�AD I� CAR��ULLY.
TE��►►�
CONTE�e4�iOR'� ��Yd��A� LIA�ILIiY �X����I�IV ��l���S���i+l i
ie4�L� 9� ��idY��d�S Pa
1. Additianal Definitians 9
2. A re ate Limits Per L.ocatior� 7
3. A re ate Limits Per Project 6
4, Blanket Contracival Liabiiit — Railroads 3
5. Braadened Bodil !n'ur Covera e 'IO
6. Broadened Knowled e Of Occurrence � 8
7. Broadened Le al Liabilit Covera e For Landlord's Business Personal Pro ert 7
8. Broadened Liabilit Co�era e For Dama e To Your Product And Your Work 10
9. Broadened Who ls An Insured 3
i 0. Ca-Emplayee Bodily Injury Coverage for Managers, Supervisars, Directors or Officers 4
see rovision 9, Broadened Who Is An Insured, ara ra h 2.a. 1
i�!. Contractual Liabilit — Personal And Advertisin In�ur 3
12. Dama e To Premises Ren#ed To You — S ecif�c Periis and Increased Limit 7
� 3. Desi nated Com leted Pro'ects — Amended Limits of Insurance 11
14. Extended Notice Of Cancellation And Nonrenewal S
15. Incidental Mal ractice Liabilit 6
16. Increased Medical Pa ments Limit 7
'f 7. Mobile E ui ment Redefiined 9
18. Nanowned Watercraft 3
19. Product Recall Ex ense 2
20. Pro e�t Dama e Liabilrt — Alienated Prernises 2
21. Pro ert Dama e Liabilit — Elevators And 5idetrack A reements 2
22. Property Damage Liability — Property Loaned To The Insured Or Personal Property fn The Care, 2
Custod And Control Of The Insured
23_ Reasanable Force — Bodil In'ur or Pro ert Dama e 10
24_ Su lementar Pa rr�ents 3
25. Transfer Of Ri hts Blanket Waiver Dt Subro ation 8
26. Unintentional Faiiur� To Disclose Hazards 8
Includes copyrighted material of Insurance Services Office, Inc.
CC 70 63 0417 Page 1 of 11
This endorsement modifies insurance pro�ided under the falfowing;
COAAiUI�RCIA� G�N��A� �.IA�I�ITY COV�RAG� I�Oh�M
UncEer S�C�ION I— COV��AG� A. �O�I�Y IiUJURY ,4iV� PF�QP��{TY �AMAC.9E LI�4�ILI�Y, paragraph 2.
�XCLUSIONS, pra�isions 1, through 6. of this endorsement are excess over any �alid and collectible insurance
(inciuding any deductible) a�ailable to the insured, whether primary, excess or contingent (S�C�IO�d IV —
CO�IM��CI�RIL GEN�R�� �IA�I�IiY CON�ITIONS, paragraph 4. Other InSurance is changed accordingly).
Provisions 1. thraugh 6. of this endarsemer�t amend the palicy as follows:
1. �RO��R I Y DRIMAG� LIAk�ILIiY — A�I�NAi�� PR�MIS�S
}4. Exclusion j. �amage ta Proper#y, subparagraph (2) is deleted.
�. The following paragra�h is deieted from Exciusion j. �amage to �rapeety;
Paragraph (2} of this exclusion does not apply if the premises are "your work" and were ne�er occupied,
rented or held far rentaE by yo�.
2. PROP�R i Y��M�C,� �I�BILIiY — E��VAiQ�S AfdD S[��iL�ACK AC���iiR�N�'S
A. Exclusian j. �amage to Proper#y, paragraphs (3), (4), and (6) da not apply to the use of ele�ators.
�. Exclusion k. �amage to Your �roduct does not apply ta:
1. The use af elevators; or
�. Liability assumed under a sidetrack agreement.
3. P�OP�RTY �A�IAG� �IA�I�ITY —�RO��RiY LOAN�D TO Yb� Ii�SUR�� OR l���SO1dAL p�F�OP�R'i Y
IPV iHE CARE, CUSi01DY �T1D COiVi�OL O� �HI� IidSUR��
�. Exclusion j. pamage to �roperty, paragraphs (3} and {�4) are deleted..
�. Co�erage under this pro�ision 3. does nat apply to "praperty damage" that exceeds $25,000 per
occurrence or $25,000 annual aggregate.
4. Pi�ODUC� F��GA�� �X��PVSI�
A. Exclusion n. Recall of �roducts, Work or Impaired �roperty daes not apply to "product recall
expenses" that you incur for the "caverec[ recall" of "your product". This exception to the exclusion does
not apply to "product recall expenses" resulting from:
1. Failure af an.y products to accomplish their intended purpase;
2. Breach of warranties of fitness, quality, tEurability or performance;
3. Loss of custamer appro�al or any cost incurred to regain customer appra�al;
4. Redistributian or replacement af "your product", which has been recalled, by like products ar
substitutes;
5. Caprice vr whim of the insured;
6. A conditian likely to cause lass, about which any insured knew or had reason ta knaw at the
inception of this insurance; �
7. Asbestos, including loss, damage or clean up resulting fram asbestos ar asbestos containing
materials;
8. Recall of "your product(s)" that �a�e no knawn or suspected defect soiely because a known or
suspeeted defect in another of "your product(s)" has been found.
B. Under S�C�IOid III — LIMI�S �� IMSII�A�lCh�, paragraph 3. is replaced in its entirety as follaws and
paragraph �. is added:
3. �'he Products-Completed Operations Aggregate Limit is the mast we will pay #or the sum of:
Includes copyrighted material of Insurance Services Office, ]nc.
Page � of 11 CG.�O 63 0� 1�
a. Damages under COV��tACS,� A BOI�ILY IiVJURY Afd� L�F�O��RTY 9AMAC� �IA�1�17Y
because of "badily injury" and "property damage" included in the "products-completed
operatians hazard" and
b. "Procluct recall expenses".
8. Subject to paragraph 5. above [of the CGL Coverage �orm], $25,OOU is the most we will pay for all
"product recall expenses" arising out of the same defect ar deficiency_
�. Y�ONOWN�� WA��RC�e4�7
Exciusion g. Aireraf#, Auto or Waiercraft, paragraph {�} is deleted and replaced with th� follawing:
[7his exclusion does not apply to:]
(�j A watercraff you da not own that is:
(a) Less than 75 feet lang; and
(b) Nat being used to carry any persan or property for a charge;
6, ��ANK�i GONiRACTUA� LIA�ILI�Y — �AIL�OA�S
Under S�G�IOf� V—�z�INI�iOidS, paragraph C. of "Insured Contract" is deleted and repfaced by the
following:
c. Any easement or IEcense agreement;
Under S�C�IOP! V��EFINITIAPdS, paragraph f.(1) of "lnsured Contract" is deleted.
7. COId�Y�ACTUA� �IA�I�IiY— P��SON,�� ANfD A�V��iISINCa INJURY
Under S�CTIO�! f— COV��AG� �., paragraph 2. �xclusion5, paragraph e. ContraCtua! Liability is deleted.
8. �U�PL��f1�NT�►RY P,�YM�NTS
Under S�CYIOPd I� SU�P��M�NiA13Y PAYM�NiS — COV�RAC,,�S ,� ��lD �, paragraph 1.b. is deleted
and replaced with the following:
1. b. Up to $5,000 far cost of bail bands required because of accidents ar traffic law vialatians arising au#
of the use of any vehicle ta which the Bodily Injury Liabili#y Coverage applies. We do not have to
furnish these bonds.
9. ��OAf��M�D W�A IS AN IPdS[1R��
S�CYION II � WFiO 15 .�N INSUR�D is deiet�d and replaced witF� the foflowing:
1. If you are designated in the Declarations as:
a. An individual, you and your spouse are insureds, fau# only with respect ta the conduct of a business
of which yau are the sole owner.
b. A parinership or joint venture, you are an insured. Yaur members, your partners, and their spouses
are also insureds, fout only with respect ta the conduct of your business.
c. A limited liability corr�pany, yau are an insured. Your members are also insureds, but only with
respect to the conduct af your business. Your managers are insurecfs, but only with respect to their
duties as your managers.
d. An organization other than a partnership, joint venture or limited liability company, you are an
insured. Yo�ar "executive officers" and directors are insureds, but onfy with respect to their duties as
your affic�rs or directors. Your stockholders are also insureds, but only with respect ta their lia�ility
as stockholders.
� Includes copyrighted material af Insuranee 5ervices Office, Inc.
CG �Q 63 U417 ° I�age 3 of 11
2. Each of the following is also an insured:
a. Your "�olunteer workers" only whiEe perfarrning duties related to the conduct af your business, or
your "emplayees," other than either your "executi�e afficers," (if you are an organization other than a
partnership, joint venture or limited liability company} or your managers (if you are a limited liability
company), but only for acts within the scope of their employment by you or while performing duties
related to the conduct of your business. Howe�er, none af the5e "employee5" or "valunteer warkers"
are insured for: �
(1) "8odily injury" or "personal and advertising injury":
(a) To you, to yaur partners or members (if you are a partnership ar jaint �enture), to your
members (if you are a limited liability company), to a co-"employee" while in the caurse of
his or her employment or perfarming duties related to the conduct o# your business, ar ta
yaur other "�olunteer workers" whi[e perfarming duties relat�d to the conduct of yaur
business; -
(b) To the spouse, child, parent, brother ar sister of that.ca-"employee" or �alunteer worker as
a consequence of paragraph (1)(a) above;
{C) For which there is any obligation io share damages with or repay someone else who must
pay damages because of the injury described in paragraphs (i)(a} or (b) abo�e; or
(d} Arising out af his or her pro�iding or failing to provide prafessional health care ser�ices
exc��Ot as pro�ided in Pro�ision 10. of this endorsement.
Paragraphs (1}(a), (1](b) and (1)(C} abo�e tfo not apply to yaur "employees" who are:
�i) Managers;
�ii} Super�isors;
(€ii) �irectars; or
(i►►) Officers;
with respect ta "bodily injury" to a co-"employee".
(�) "Property damage" to praperty:
{a) Owned, occup9ed ar used by;
{b} Rented to, in the care, custody or cantrol of, or o�er which physical cantrol is being
exercised for any purpose by
yau, any of your "employees," "�olunteer workers", any �artner or member (if you are a
partnership or joint �enture}, or any member (if you are a limited liability company).
b. Any person (other than your "employee" or "�olunteer worker"), or any organization while acting as
your real estate manager.
C. Any person or organization having proper temporary custody of your property if you die, but only;
(i) With respect to liability arising out of the maintenance or use af that property; and'
(�) Until yo�r legal representati�e has been appointed.
d. Yaur legal representative if yo� die, but only with respect to duties as such. That representati�e wi[[
ha�e af[ yaur rights and duties under this Co�erage Form.
�. Your subsidiaries if:
(1) They are legally incorporated entities; and
(�) You awn more than 50% of the vating stock in such subsidiaries as of the effecti�e date of this
policy.
If such subsidiaries are not shpwn in the Declarations, you must report t�em ta us within 180 days of
the inception of your original policy.
Includes copyrighted material of.fnsurance Ser�ices Office, Inc.
F'age a of 11 CG 70 83 Q4 i�
f. Any persan or arganization, including any manager, owner, iessor, mortgagee, assignee or receiver
of premises, ta whom you are obligated uncler a wriften contract to provide insurance such as is
afforded by this palicy, but only with respect to liability arising ou# of the awnersh'ip, maintenance or
use af that par� of any premises or lanc! leased to you, including common or public areas about such
premises ar land if so required in the contract.
However, no such person or organization is an insured with respect to:
(1) Any "accurrence" that takes place after you cease to occupy or lease that premises or land; or
{�} Structural alterations, new constructian or demolition operations performed by or on behalf of
such person or organization.
g. Any stafe or political subdivision bu# ortly as respects legal liability incurred by the state or political
subdivisian solely because it has issued a permit with respect to operations performed by you or on
your behalf.
However, no state or palitfcaf subdivision is an insured with respect to:
41) "Bodily injury", "properiy damage", "personal and advertising injury" arising out of operations
performed for the state or municipality; or
(�) 'Badily injury" or "property damage" included w+thin the "products-completed operations
hazard."
h. Any person or organization who is the i�ssor of equipment leas�d to you, to whom you are obligated
under a written contract to provide insurance such as is afforded by this policy, laut only with respect
to their liability arising out of the maintenance, operatian ar use of such equipment by you or a
subcantractor on yaur behalf with your permission and under yaur supervision. How�ver, if you -
have entered into a construction can#ract subject #o Subchapter C of Chapter i 51 of Subtitle C of
Title 2 of the Texas lnsurance Code with the additional insured, the insurance affarded to such
person(s) ar organization(s} only applies to the extent permitted by Sufachapter C of Chapter 151 �f
Subtitle C ofi Title 2 of the Texas Insurance Cade.
No such persan or organization, hawever, is an insured with respect ta any "occurrence" that takes
place after the equipment lease expires.
i. Any arc�itect, engineer, or surveyor engaged by you under a written cantract but only with respect to
liability arising out of your pr�mis�s or "your work." However, if you have entered in#o a construction
contract subject to Subchapter C of Chapter i 51 of Subtitle C of Title 2 of the Texas Insurance Code
with the additional insured, the insurance afforded to such person only applies to the extent permitted
by Subchapter C of the Chapter 151 of Sub#itle C of Title 2 of the Texas Insurance Code.
No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property
damage," or "personal and advertising injury" arising ouf of the rendering of or the failure ta render
any professional services by or for you, including:
(i) The preparing, appro�ing, or failing to prepare or approve maps, drawirtgs, opinions, reports,
surveys, change orders, designs or specificatians; or
{2} Supervisory, inspection, or engineering services.
This paragraph i. does nat apply if a separate Additional Insured endorsement providir�g fiability
coverage for.architects, engineers, or surveyors engaged by you is attached to the policy.
If the written contract or written agreement requires primary and non-contributory coverage, the insurance
provided by paragraphs f. through i. above will be primary and non-contributory rela#ive to ather
insurance available to the additional insured which covers that person or organization as a Named
Insured, and we will not share with that other insurance.
3. Any organization you newly acquire ar form, other than a partnership, joint venture or limited liability
campany and aver which you maintain ownership or majority interest, will qualify as a Named Ins�ared if
there is no other similar insurance available ta that organization. However:
�. Coverage under this prov�sian is afforded only until the end of the poiicy period;
b. Coverage A daes not apply ta "bodily injury" or "property damage" that occurred before you acquired
or form�d the arganization;
Includes copyrighted material af Insurance Services Office, lnc.
e� 70 63 0417 Page � of � 1
C. Co�erage � does not apply to "personal and ad�ertising injury" arising out of an offense committed
before you acquired or formed the organization.
d. Co�erage �+does not apply to "product recafE expense" arising out of any udithdrawal ar recall that
accurred before you acquired or formed the arganization.
4. Any person or organization (referred to befow as �endor) with whom you agreed under a written contract
to pro�ide insurance is an insured, but anly with respect to "bodily injary" or "praperty damage" arising out
of "your products"'that are distributed ar sold in the regular course of the vendor's business.
Howe�er, no such person or organizatian is an insured with respect to:
�. "8odily �njury" or "property damage" for which the vendor is obligated to pay damages by reason af
the assumption of liability in a contract or agreement. This exclusion does not apply to liability for
damages that the �endor would ha�e in the absence of the contract or agreement.
b. Any express warranty unauthorized by you;
C. Any physical or chemical change in "your product" made intentionally by the �endor;
d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or
the subs#itutian of parts under instructions from the manufacturer, and then repackaged in the
ariginal container;
e. Any failure to make such inspect�ons, adjustments, tests or servicing as the vendor has agreed to
make or nprmally undertakes to make in the usual course of business, in connection with the
distribution or sale of "your praducts";
f. Demonstration, instalfation, ser�icing or repair aperations, except such opera#ions performed at the
�er�dar's premises in connection with the sale of the "your product";
g. "Your products" which, after distribution or sale by you, ha�e been labeled or relabeled or used as a
container, part or ingredient of any other thing or substance by or for the �endor.
h. "Bodily injury" or "property damage" arising out of the sole negligence of the �endor for its own acts
or omissions or those af its emplayees or anyone else acting on its behalf. Howe�er, this exclusion
does not apply to:
(1) The exceptions contained in subparagraphs d. or f.; or
(2} Such inspections, adjustments, fests or ser�icing as the �endor has agreed to make or narmally
undertakes ta make in the usual course of business, in connection with the distribution or sale
of the products.
This paragraph 4. does not apply to any insured person or arganization from which you ha�e acquired
"your products", or any ingredient, part, or container, entering into, accampany�ng or containing "yaur
products". This paragraph �4. alsa daes not apply if a separate Additional Insured endarsement, pro�iding
liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed ar
sold in the regular course of a �endor's business, is attached to the policy.
Na person or organization is an insured with respect to the conduct of any current or past partnership, joint
�enture or limited liabiliry company that is not shown as a Named Insured in the Declarations.
10. INCIDFNTAL N1AL�Ft,4C�IC� LI,4�ILi�lf
As respects provision 9., S�GYIQN Il �- Wti0 IS e4id I�lSU�i�D, paragraph 2.a.{'1)(d) does not apply ta any
nurse, emergency medical technician ar paramedic employed by you ta pro�jde medical or paramedical
services, pro�ided that you are not engaged in the business or accupation of pro�iding such ser�ices, and
yaur "employee" daes nat ha�e any other insurance that would also co�er claims arising under this pro�ision,
whether the other insurance is primary, excess, contingent or on any ather basis.
Under S�CYIOM [II � L1�iAlYS O� IMSl1RA1PdC�, pra�isions 11. through 14. of this endarsement amend the policy
as follows:
�1. o4C.9CsR�C.9A�� I.INiI�S ��Ft �ROJ€CT
The General Aggregate Limit applies separately to each of your construction projects away frorn premises
owned by or rented to yau.
Includes copyrighted material of Insurar�ce Ser�ices Office, Inc.
Page 6 of 1 f CG �0 63 041 �
y2. �►������►�� �i�ni�s ��� �ocA�r�oti
The General Aggregate Limit applies separately ta each of your locations, but anly when required by written
contract ar writ#en agreement. As raspects this provisian 1�., your locations are premises yau own, rent ar
use involving the same or connecting loks or premise.s whose corinection is interrupted only by a street,
roadway, waterway ar right-af-way of a railroad. However, your locatior�s do not include any pramises where
you, or others acting on your behalf, are performing construction operations.
13. iN��t�AS�D Wi��IC�� P�YM�AliS �IYIf11TS
A. S�CiION Ili —�fMITS OF INSL1R�1fdG�, paragraph 7., the Medical Expense Limit, is subject to all tF�e
terms of S�CTIO�I Ill —�IYIAIiS OF IMSUI�,��le� and is the greater of:
$10,OOQ; or
�. The amount shawn ir� #he Decfarations for Medical Expense Limit.
�. This provision i3�. does not apply if COV�V�AG� G M�DICAL p,�YAiI�P�7S is excludec! ei#her by the
provisions ot the Coverage Form or by endarsement.
94. DAiI�IAC� i0 PR�YIEfiS�S R�N i�D I O YOU — SP�CI�lC P��ILS ANt7 I[dCR�AS�� LIMlY
A. The word fire is changed to "specific perils" where ii appears in:
1. The last paragraph of S�C�IOi� I—�OV�RAG� A, paragraph 2. �xclu5ion5;
�. S�GilON IV, paragraph �.b. �xcess Insurance.
�. The 1.imits of Insurance shown in the Declarations will apply to all damage proximately caused by the
same event, whether such damage results from a"specific peril" or any combination of "specific perils."
C. The Damage To Premises Rented To You Limit described in 5�C I IOi� III — LIN'il i S O� IPd�URANC�,
paragraph 6., is replaced by a new limit, which is the greater of:
$1,000,000; or
�. The amaunt shown in the Declarations for Damage To Prem�ses Rented To Yau Limit.
�. Tl�is pravision 14. does not apply if the Damage To Premises Rented To You Limit of S�CYIOIV I�
COV��AG� A is excluded either by the pro�isions of the Coverage Form or by endorsement.
�. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicfes; riot or civil
commotion; vandalism; feakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water
damage".
"Water damage" means accidental discharge or leakage of water or steam as the direct result of the
breaking or cracking of any part of a system or appliance containing water or steam.
15. �ROAI��Yd�D ��GA� �I��i�ITY CAV���,G� �O� ���l��OQ�'S �USIN�SS P��SO�lAL h�ROP��'�Y
Under S�CYI�N I— COV��AC� A�O�I�Y i�lJU�Y AN� PROP��iY DAMAG� LI,��ILiTY, 2.
�xclusions, j, �amage to �roperty, the first paragraph following paragraph (6) is delefed and replaced with
the following:
Paragraphs (i), (3j and (4) of this exclusian do not apply to "praperty damage" (other than damage by fire) to
a landlord's lausiness persanal property that is subject to, or part af, a premises lease or rental agreement with
that landlord.
The most we will pay for clamages under this pravision 15. is $10,000. A$250 deductible applie.s.
Under S�CTl�N IV — GOM➢4'��RCI►�L ('a�Y���AL LlA�ILI�Y �OPl�lYIOPlS, provisions 16. through 1�. of this
endorsement amend the policy as follows: •
Includes copyrighted rna#erial af Insurance Services Office, Inc.
CG 70 63 041i �age i of 1�!
16. �RO.���N�D ECNQW���C� 4� OCCURR�NGI�
Under �. Duties In The ��ent Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced
and paragraphs �. and f. are added as folfows
a. You must see to it that we are notified as soon as practicable af an "occurrence" or an offense,
regardless of the amount,-which may result in a claim. Knowledge of an "occurrence" or an offense by
yaur "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members,
"executive officers," directors, or managers has knowledge af the "occurrence" or offense. To the extent
p055110I@, notice should inc[uc�e:
(1) Haw, when and where the "occurrence" or affense took place;
{2) The names and addresses of any injured pers�ns and witnesses; and
{3) The naiure and location of any injury or damage arising out of the "occurrence" or offense.
e. If you repart an "occurrence" to your workers compensatian carrier that cEe�elops into a liability claim for
which co�erage is pra�ided f�y this Co�erage Form, failure to report such an "occurrence" to as at the
time af the "occurrence" shall not be deemed a �iolation af paragraphs a., b., and c. abo�e. However,
you shall'gi�e written natice of this °occurrence° to us as saon you become aware that this "occurrence"
may be a liability claim rather than a workers compensation claim.
f. You must see to it that the fallowing are done in the e�ent of an actual or anticipated "cavered recalP' that
may result in "praduct recall expense":
{1) Gi�e us prompt notice of any disco�ery or notification that "your product" must be withdrawn or
recalled. Include a description of "your prad�act" and the reason for the withdrawal ar recail;
(�j Cease any further release, shipment, eonsignment or any other method af distribution af like or
similar products until it has been determined that all such products are free from defects that could
be a cause of lass under the insura�ce.
17. UfVIN71�N710NAL FAILUR� �O �ISCLOS� F�RI�A��S
Paragraph 6. �epresentations is deleted and replaced with the folfowing:
6. �epresentatians
By accepting this policy, you agree:
a. The statements in the peclarations are accurate and complete;
b. Those statements are based upon representations you made to us; and
C. We ha�e issued this policy in reliance upon your representations.
We will not deny co�erage under this Co�erage Farrr� if yau unintentionally fail to disclose all hazards
existing as of the inception date of this palicy. You must report to us any knowledge of an errar or
omission in the description of any premises or operations intended to be ca�ered by this Co�erage
Form as soon as practicable after its disco�ery. Hawe�er, this pravision does not affect our right to
coll�ct additional premium or exercise aur right of cancellation or nanrenewal.
1$. ��e4A1S��� 0� �IG�1YS (�LANKE I WL�IV�Ft OF SU��OGAiION)
Paragraph $. I ransfer af �igh�s Of ReCqWery Against Others io �Is is deleted and replaced with the
fallowing:
8: If the insu�ec! has rights to recover all ar part of any payment we ha�e rnade under this Co�erage Form,
those rights are tran5ferred to us. The insured must do nothing after loss ta impair them. At our request,
the insured will bring "suit" ar transfer those rights to us and help us enforce them. Hawe�er, if the
insured has wai�ed rights to recaver through a wr'itten contract, or if "your work" was commenced under a
letter of intent or work arder, subject to a subsequent reduction ta writing w�th customers whose
customary contracts require a waiver, we wai�e any right of recovery we may ha�e under this Co�erage
Farm.
19. �X��MD�� MO�IC� �� C,4�lC�LLA i IOP! AND �fOPI��N�WAL
Includes copyrighted materiaf of Insurance Ser�ices Office, Inc.
�age 8 of 11 C� 70 63 0417
Paragraph 2.b. of A. Cancella#ion of the �OY4�1�u10iV 4�O�ICY CONI�I�IONS is deleted and replaced with the
following:
b. &0 days before the effective date pf the cancellation if we cancel far any other reason.
Ur�der S�CTION IV � C�i4'�NI�F{�IA�. C�N�RA� �IA�I�IiY CONDIiIONS, Paragraph 9. When We �o �lot
L�enew is deleted and replaced with the following:
9. When We �o iVo# �enew
a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance
Code, we may not refuse to renew this policy solely because the policyholder is an elected official.
b. If we elect nat #o renew this policy, we rriay do so by mailing or delivering ta the first Narned Insured,
at the last mailing address known to us, written notice of nonrenewal, stating the reason for
nonrenewal, at least 60 days before the expiration date. If na#ice is mailed or delivered less than 60
days before the expiration date, this policy will rerr�ain in effect until the 61 st day after the date on
which the notice is maiied or delivered. Earned prerr�ium far any period of coverage that extends
beyond the expiration date will be computed pro rata �ased on the previous year's premium.
C. If notice is maiiecl, proof of mailing wilf be 5ufficier�t proof of natice.
d. The transfer of a paficyholcler between admitted corr�panies wEthin the same insurance group is nat
consEdered a refusal to renew.
20. MD�IL� �QlIIP��M i R€D€�IN�D
Under S�C�I�M V—���IfdI�lONS, paragraph i2. "Mobile equipment", paragraph f. ('f) does not apply to
self-propelled vehicles of less than i,000 paunds gross vehicle weight thai are not designed for highway use.
21. A��I�I�EdAL D��i�ll�'l011�S
1. S�C I IDN V— D�rlfdl I IDMS, paragraph 4. "Caverage territary" is replaced by the fallowing definition:
°Coverage territory" means anyw�ere in the world with respect to liability arising out of "bodily injury,"
"property damage," or "personal and advertising injury," incl�ading "persanal and advertising injury"
offenses that take place through the lnternet or similar electronic means of communication providad the
insured's responsibility to pay damages is determined in a settlement to which we agree or in a"suit" on
the merits, in the United States of America (including its territories and possessiaros), Puerto Rico and
Canada.
2. S�C�'ION V—�z�IRlI�IDidS is amended by the addition of the following definitians:
"Covered recaff" means a recall made necessary because you or a government body has determined that
a known or suspected defect, deficiency, inadequacy, or elangerous condition in "your product" has
resulted or will result in "bodily injury" or "pra�eriy damage".
"Procluct Recall expenses" mean only reasanable and necessary extra costs, which result from or are
refated to the recall or withdrawal of "your producY' for:
a. Telephone and telegraphic communication, radio or television announcements, computer time ancE
newspaper advertising;
b. 5tatianery, en�elapes, productian of announcerr�ents and posiage or facsimiles;
c. RernuneratEon paid to regular employees for necessary overtime or authorized travel expense;
d. Temparary hiring by you or by agents designated by you of persons, other than your regular
employees, to perfarm necessary tasks;
e. Rental of necessary additional warehouse or storage space;
f. Packaging of or transporta#ion or shipping of defective products to the location you designate; and
g. Disposal of "yaur products" that cannot be reused_ Disposal expenses do not include:
(1) Expenses that exceed the original cost af the materials incurred ta manufacture or process
such product; and
Includes copyrighted material of Insurance Services Office, Inc.
CG 70 63 0417 4�age 9 af 91
(�) Expenses that exceeci the cost of narmal trash discarding or dispasal, except as are necessary
to a�aid "bod9ly injury° or "property damage".
��. Fi�ASONA��� FORC� — �O�I�Y INJURY OF� �IRAL�ERTY �AYIAAG�
Under S�CYIOid I— COV�RAC� A., paragraph 2. �xclusions, sub�aragraph a. �xpect�d Or Iniended
Injury is deleted and replaced with the following:
[This insurance daes not apply ta:]
a. �xpected Or Intended Injury
"Bodily injury" ar "property damage" expected or intended fram the standpoint of the insured. This
exclusion does nat apply to "bodily injury" or "property damage" resulting from the use of reasonable force
to protect persans ar property.
�3. �ROA9�N�D �IA�I�.ITY GOV��AC� FQR �A➢IAAC� TO Y4UR F�V�O�UCT AN� YQUL� WORK
A. Under S�Ci[ON I� CAV��AG� �., paragraph �. �xclusior�5, exclusian k. Damage to Your �roduct
and exclu5ian I, ��m�g� ta Y�Ur WOr'k are deleted and replaceci with the following:
[This insurance does not apply to:]
k. �amage to Your Praduct
"Property damage" to "your product" arising out of it or any part of it, except when caused by or
resulting from:
(1) Fire;
(2) Smake;
{3) "Collapse°; or
(4) Explosion.
For purposes of exciusion k. abo�e, "collapse" means an abrupt falling down or ca�ing in of a
building or any part af a building with the result that the building or part of the building cannot be
occupied for its intended purpase.
I. �amage to Yaur Work
"Property damage" to "your work" arising out of it ar any part of it and includ�d in the
"products-completed operations hazard". This exclusion daes nat apply:
(1) If the darr�aged work or th� work out of which the damage arises was performed on your behalf
by a subcontractor; or
(2) If the cause of loss to the damaged work arises as a result of:
(a) Firg;
{b] Smake;
(C) "Collapse"; or
(d) Explosion.
Far purpases of exclusion I. aba�e, "collapse" means an abrupt falling down or ca�ing in of a
building or any part of a building with the result ihat the building or part of the building cannat be
occupied for its intended purpase.
B. The following paragraph is added ta S�CY{ON fll — LIMI�S 0�' I�lSURA�lC�:
Encludes capyrighted material of lnsurance Ser�ices Office, Inc.
h�age 10 of 11 CG 7U 63 0� 19
5ubject to �. above [af the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for
the sum of damages arising out of any ane "accurrence" because of "property damage" to "your praduct"
and "your work" that is caused by fire,.smoke, callapse or explosian and is included within the
"product-completed operations hazard". This subfimit does nat apply to "property damage" to "your work"
if the damaged wark, ar the work aut af which the damage arises, was performed on your behalf by a
subcontractor.
24. ��OADENEI7 �OIAI�,Y INJUk�Y C�V�F�AG�
Under S�C�ION V—���INI�IONS, the definition of "faodiiy injury" is deleted and replaced with the following:
3. "8adily injury"
a. Means physical:
('I) Injury;
(2) Disabiiity;
(3) 5ickness; ar
(4} Disease;
sustained by a person, including death resulting from any of these at any time.
b. Includes mental:
(5) Anguish;
(6) Injury;
{7� Humiliation;
(8) Fright; ar
(�) Sh�ck;
directly resulting from any "bodily injury" described in,�aaragraph 3,a.
C. All "bodily inj�ry" described in paragraph 3.b. shall be deem�d to have occurred at the time the
"bodily injury" described in paragraph 3.�. accurred.
�5. ��SICNAi�� �ONIP��T�� P�OJ�CTS — A�4'���dD�� �IMliS OF INSUR�+NC�
When a written contract or written agreement b�tween yau and anather party requires project-specific limits of
insurance exceeding the limits of this policy;
A. for "bodily injury" or "praperty damage" that occurs within any poficy periad for which we provided
coverage;and
�. far "your wor�c" per�ormed within the "products-campleted operation hazard"; and
C. for whRch we pre�iously issued Amendmenf Of Limits Of Insurance (Designated Project Or Premises) CG
71 94 either during this policy term or a prior policy term; and
k7. that designated project is now camplete;
the limits of insurance shawn in the CG 7i 94 schedule will re�lace the limits of insurance of this policy for the
designated project and will continue #o apply for th� amoun# of time the written contract or written agre�ment
requires, suloject to the state statute of repose of the project location. These limits are inclusive af and not in
addition to the replaced limits.
Includes capyrighted material of Insurance Ser�ices Office, �nc.
CC �0 63 041 � �age 17 af 1 i
F'OLICY PdUNIBER: CA2111'[78 COFVi14iERCIAL AU70
CA 71 65 09 19
�HIS ��lD�RS�Y�ri�id� CNA�lG�S 7H� �O�ICY. PL��4S� FiEAD IT CAR�FUL.�Y.
�{ESI�NA�{EI� IIV�U��D �- PRI�VI��Y I���I�COi�i�tl��T�L�Y
C�V�L�►C�� UVH�N l��C�UIE��� �l� IYV��iR�l� ��N���� OF�
CE�iI�1C�,TE
This endorsement modiiies insurance pra�ided under the
BUSINESS AUTO C�VERAGE F�RM
The pro�isions of the Co�erage Form apply unless changed by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured
Provision of the Co�erage Farm.
This endorsement changes the policy on khe inception date of the policy, unless another date is shown below.
Endorsement EfFecti�e: Counkersigned By:
01/31/2420
Named Insured:
McClendan Canstruction Campany, Inc. (Authorized Represantati�e)
(No entry may appear abo�e. If so, information to compleke this endorsement is in the Qeclarakions.)
1. Sectivn II — Liability Co�erage, A. Co�erage, 1. Wha Is An Insured is amended to add:
Any person or organization with whom you ha�e ar� "insured contract" which requires:
that person ar prganizatian to be added as an "insured" under this policy or on a certificate of
insurance; and
this policy to be primary and non-contributory to any like insurance aWailable to the person or
organization.
Each such person or organization is an "insured" for Liabifity Co�erage. They are an "insured" only if that person
or organization is an "insured" under in S�CiION II of the Co�erage Form.
The contract between the Named Insured and the person or organization is an "insured contract".
2. Section IV — Business Auto Canditions, B: General Conditions, 5. Other Insurance, paragraph d. is deleted
and replaced by the following for the purpose of this endorsement only:
d. When coverage provided under this Coverage Form is also pro�ided under anoiher Coverage Form or
policy, we will pro�icfe co�erage on a primary, non-contributory basis.
Includes co�yrighted material of Insurance Services Offic�, Inc. with its permission.
NAMEp INSURED: MCCL�NDON CONSTRUCTION CDMPANY, INC.
POLICY f�UMBER: CA21 i 1178
THaS �N�70RS�M�PdT CHAN�;�S Tlil� POLI�Y. P�EA�� R�A�D �TCAR�IFUL�,Y.
T��{�►� A��1lA,h�TA��
��11��VJE��1�1�1�t���i4���IL� B��I�►D F�F�i4� ��]D����IUIE�JT
ThEs �ndorsement modffles Insurance pravEdeci underlhe
�4�S1M�S5AlJTO C�V�RA�� �'��1
V1►Ilh respeat t� coverage provided bythls endotserr�eni,lhe provlslvns of the Coverage Form apply �rrless modiFled
byths endorseme�t,
The pramium fcrrlhisendaisem@hf is �$a5D . ob
�!. ���iA� FOR�,1 INS#.I#t��
� ECT[O�1 ]I - 4�A6�LITY ��1fERA�E,14.9. �f1lilo I� J4 �1 �r��u�d I� amend�d by 1 h� odd�iar� of Uie faHawtrFg�
�. Anyorganization yo� rtewlyacc3uEre orf�orm, oti��rthan a.parknership, jolnE venture or Ilmited Il�bfllly
camparry, and over whl�h yau melntaEn �vunership or s maJnrity inler�st, �vil! quallfy as a Narned f nsured.
However,
(9) Coverage undarthls pro�lslon Is afforded onty unii! I#�e end of Ihe pnficy perlad;
(2) Eoverage doas not apply to "accfdenl�' or "loss" that occurred before you acquir�d ar Farmed the
orgar�lzatlon; and
(3) Caverage doe� not �pply lo an organfzaflan that Is an "Insurad" under a�nyalf�r pollcy nr would be an
"irssursd" 6ut for its terminaf�an or the exhaus[fng of Its lirnit of lnsuranas.
�. Any"amploy�e" ofyqurs uslCtg:
t'1] A cove�ed ' auta" you do nat own, hiee or borrow, or a caverred "au�o" noi owned by ih� "emp�oyee" or
a merr�ber af his or i�er household, wYrife pertarming duffas re�aied to �he aanduct af your �uslness or
ya�r peFsohal aFf�lrs; or �
{2) An "aufo" hired or renl�d �nd�r e coniract ar agreemerrt In that "employee's" narne, wlfh your
pe�miss�on,witlFe performing dufles relatedtvthe conduct ofyour truslness, Havuever, yaur
"em�loyee" daes �nt qualEfy as an insured underthl$ par�agraph (2) Whlle using a covered "auto"
r�ntedirom you orfrom anymemberofthe "employee's" h�us�hn[�,
f. Yaur mernbers, i� you are � flmlled Ilabill�ycompany, while using a c❑verc3rf "avto" you do r�ot own, hi►� ar
6orrow and whlle pe�arrning dulies ralated 1a the cohduci of yaur busl�I�sS or ytwr personaE aifalrs.
�. I�ny �eraor� 4ra4+�rM�tlon wllhwha�n you agr$e �n awr1El�e� Qor�t�r�c�, wr�lt�4 �r�r�t6�nt or {�+�r�x�i�, Ka
}�r.ov�de Crts��afaoe � etcfi �� ia aHar�ad u��ier lhf� padiny� �r� or�ly wath r����at t� yaur a��+er�d'�ulaa'.
Th1s provisian daes not �pply:
('i) Ur�Iess fhe written centract or agreemenf !s execufed or ihe �rrnft !s issuad p�ior tn #he'"faodily InJury"
or "properly dametge";
(2j To any person ornrgar�ization incl�ded as gn Inaured by an enclorsament nr in the Deciarafions; or
(3) Ta any les�or oi "autas� unless;
(a) The lease a�r�emerd r�qulres you io pravlde direat primary in��rance for the lessar;
(b) The "auto" Is le�sed wlthoui a dr�ver; and
Incl�des cc�pyrlght�d mater�al af Insurance 5enrlass Oiilcc+, Inc.
CA �71� 19 �9 Paga'10#�
(�) The lease hmd nol explred,
Leased "aulos" co�ened under ih�s prouision will bs cvnsidered cpver�ad "autos" ynu own �nd nnt cnve red
"�utos" ynu hEre.
h. Any iegal�y �nnorporated or�aniaation or subsldiary in whlct� you own more #han 50% o+f the vating staok on
the effecti�e daie of ihis endorsement.
Thls provision does not apply to "bodi ly Ir�ur}�' or "property damage" for+nrhlch an "insured" is also an
Insured under any aiher autorr�obile pallcy arwould be an Insured �[nder such a pal loy, but for Its
l�rminailan or Iha �xhausllnn of it� Ifmits oflnsurance� uhless such poilcy Was wrl�tan tr► apAly sp�cifiaal�y
In �xr,�ss aT this poli�y.
�. CO��FiAG� �XT�NSIOP�S �SU���M�NYARY �i4YhP1�NTS
Under Section !f -�IA�I LI'�Y C61l�RA� �, �i2.a. �upplemen�ry Payments, para�rap�s (�) and {�j are
deleted and replac�d as faUaws;
(�j Up ta $2,5oD far ih� cost of bail bonds (fncludirjg bandsfarre{ated t�-af�c law vlolations) r�qulred t�ecause
ot ar� "acc�denl" we cover. We do not t�a�a to furrtlsh 1ha�e bonds.
(4) Aff reasor�able oxper�te5 inaurred by Ihe "[nsured" al vur requesf, in�luding aclual fass c�f eamil�ga up 1n
$5D0 a day because of time ofF irom work,
3. AIffI�Nk�������C)V4f �iUI���YF,EEXCLli51(�Id
Under��CTl01►� IIe�lA�161?Y��VERA�IE, IB. ��fC�USl4i�$, par�yraph'S. Fsllaw Employee fs deleted
arxl replaced byEFia folfcrrying:
3. Frllr�w �mployee
"Bodlly injury" to:
a, Anyfellow "employea" afihe "Insureci" arlsing ou# oFand In the ca�rxe of 1Y�e fellow "employee's"
emplaym�r�i or w�lle perfarming duties relatedlo the cond�c! of your business. I�owever, thls
excluslon does nat app[yto your"errtpl�yees" that are oiPlcsrs, managers, s�ervlsors orallave,
CnVarege is �xcess oVer �ny t►the1' c�ollectlble Insurance,
b. 7he spouse, chlld, parent, brother nr slsler af thet fallaw "employee" ea a c;onsequencs af paragraph
a. abave.
4.. HIR��AUTi7 �bY3[�A� �AM�RG� COIf@C�AG�A[�!� �OSS OI� USE E�[[PE�l��
A. Under ���YIC}A! III - Pi�YSiEAL �AMA�� �VFJtAG�, A. COd�RA��, ihe fallowinS is added:
Ifarryof your owned coversd "autos" ere ca�ened fior Pnyslcai Damage, we wfll pra�lda Phy�lr.�l Damage
caverage to "autas" xhat yvu or ynar "employees" hire or barraw� underyour name or ihe "employse`s"
narr�, fiorfhe purpose oFdoins your wark.
We wi{I prvvicfe co,rerac�e Aquaf #o ihe broadesi physfcsl damag� coverage appli�able ta any coyered
"aufoa shorvn I n SNe Dgclaratlans, lier� Three, 5chedula af Caaered Autos Ynu Own, or on any
�ndcrrsernents amending thl� schedule.
R. undar S�CTIDN Ill � P�Y�IGA� L3AMACIE COVI�#L4��,A.4. ��verage �xtensions. paragraph b. Loss
i?�Use �xper�se� is deleted ar�d repkaoad wl�h ihe Fflllow4r�q:
b. Loss O� Use �xpenses
Far Hlred Auta Physlcal Damaga, vve will pay expenses farwhiah an "ir�sured" becornes legally
responsibla to payfor loss of �se of a vehlcle ranted r►r hlred wlthout a driver, under �wrllten rental
cantrac� nr agreem�+nt. Wg wilf pay for loss oF use expet�ses if caused by:
('I ] Oiher than calllsion, ahly [flhe Declaratlons Indlcate t�at Comprehensl�e Coverage Is proulded
far ahy co�ered "auto' ;
lnaludes copyr�g�ted rnaterlal af Ins�ranoe 5er�ices Of�fce, Inc.
�age 2 of 5 GR 7�198 � 109
(2j Specified Causes of Lass, onfy Ifihe Declaratlons indlcgfe ihai Spec�ffiad Geugss Of Lvss
Coverage is provided forany coverad "aufn"; or
(3) Collisian, only ifthe �eclarations indiaala ihat Co!lisi�n Coyerage is prvvlded for any cuvered
n�V �Yp�
Howe�er, the most we will payfor any expen��s fdr loss of usg 19 $3o per dey, to a f-naxlmum af
�2,404.
C. UnderS�CTl01� l�f—B1�51M��u�UT4 CORlRIT[ONS, �, General Conditions, 5. Otherin�urance,
paragraph b, ls repl�ced byth� FaflbvWr�g:
b. For Hlred Auto !�h}rsfcal D�rr�ege, tl�e Following are dFemed ta ba covered �autos" you own;
1. Any aovcred °auto" you lease, h�re, rent or borraw; anci
2. Any cavered "auto" hired or rented by yaur "employeas° unr�er a caretrac# in that IrKlividuai
"employ�a'�° nafx�e, wlth yo�r parrraission, while perhor�ning dutles refafed to fhe conduct af your
buslnesa.
Howewe��, any u�ulo" �hat Is leased, hired, rented or borrowed wiih a drlUer Is nat a cavered "auto", nor
Is any "auta" ycsU hlre irom any af �no�r "employees", partn�rs (If you ar� a parinershlp), membsrs (If
you are a ffmlted Iiabl�flycompany), nrmembers of9heir ho�aholcis,
�s. E,0�4�V UR LE/4�E GA� CdVI�RAGE
Under��� I d�N III—�l�Y�I�A� DAMAG�COV�RAGE,�►, CQVERAGlE, thefollawing is added:
�f a caver�d "aula" is owr�ed ar leased and ff we pro�ld e PNysicsl damage Coverag� nn it, v�t� will pay, In fhe
everd of a cavered iota! "loss", anyunpaid amount due on ff�e lease or loan for a covered "aufa", less:
(8) "�he amnunt pald under tF�e Physlcal Dar�age 5ection of fhe paflcy; �nd:
(b) Any:
(�Ij Overdue;eass or (oan payrroenls fncluding penaliles, Interest or other ch�rges rnsulllr�q frarn ove�rcius
peymenis at lhe tlme of the "los� ;
(2) FinancEal penal4i�s lmposed unda�-a lease fpr axaessive use, abnorr�ral wear and tear or hlgf�
mileage;
(3) Cnsts fnr exiended warrat�tles� Credlt �Ife Insur� nce, Health, Acclder�t ar Dlsahillty Insurar�cs
purchased wlth the loan ar le�se;
(4) Securlfy depnsifs not refunded by a lessor, and
(� Carry-over hal�ncBa frnm praufnus Eo�ns nr l�as�s.
6. R�bTAE. R�111fI��R��R+f�NT
Under S�CTI�iV III - Pi�Y�IGA� i7AMAG� GO��RA� A.�. �verage �xtenslans, �Saf�graph �. .
Trans�oYkatien �xpeltses is delefed and repla�d by #he �ol�owfng: .
�. Transpartatian �apensas �
(1� We wiN pay up to $75 per day io a maxitnum of ��,oOD for lranapartailan ��cpanse Incurred by you
because u€ cover�ed "�ass". W� wlll p�y anly f�r those cavered °��tas" far whlch yot� cerry �olllsian
Coverage or ellher Camprehensfve Coverage or Spe�IfEec1 Causes of Loss Cov�rag�. W� will pay
inrtr�nsportallon expenses Incurred duringthe perfod k�eg9nning 24 haurs after 1he �overed "lass"
anal ending, regartl�ess af the pa�icy's expiralian,vuh+�n ti�e coversd "auia" is rslamedta use arwe
payfor �ts "lass", This coverar�a Is In �ddi[lon to ihe otherwfse ap�licable cov��age you have an a
co�ered "autv". Nu deduatE�sles apply to khls co�erage.
Indudes copyrEghted maferlal of ]ns�rancs 5erulces Off�e, Inc.
CA �'i �181 � 09 Page 3 afi 5
(� This oave�age doas no� �pply whl le li�ere [� � sp�re or reserve "aulo" a�ailabfe to you �for ynur
ap arafion.
7. AI��A�CAV�RAG�
UnderS�C�[t)3V �II � PNY$ICAI, IQAMAG�, l�. IsJCC�,l3SI�P15, par'�qraph 3. isdeleted and repl�oad pyl�he
fol law]ng:
3. We will noi p�V�'or"loss" caused bynr resulfl�tg from anyoflF�e folfowln� unless caused byolirer "�oss"
th at is cnvered �ythls insurancs:
�q) W��t and Eaar, freazing, rnech�nEcel c�r e�ec;trical breakdown, HoVv�ver, this $xcluslon daa� not
inclucla the d�scharge of en airba�.
(2j Blowauls, punctures or othe` rnad dama�e to tires.
8. G�ASS R��AfR--VklAIV�R�F DEaUCTI�LE
5ectioM ill — PHY�ICA�, �AkiHA�� �b1l�I�A��, �. �edu�tlble [s amended ia add ihe io!lowEn�;
No deductlble app[fes to glass damage iftE�e glass Is repalred ratherthan replaced.
9. C��61SIOld.COV�RAGI�-6NAi1lI�RO4�UI�bUG'fI�L�
Under Seclion III ��k]Y�tCAL �AMA�� C�V�RAC�, �. DeduCt�ble Is am�nded tn arld the �alfnv�ng:
Vifhen there is a lasx tv yaur r.a�vared "auto" Insured for Collisian Cover�ge, no deductik�le wi[I apply iftha lass
r,vas ca�s�d by a c�illslon wlth another "au�o" Insurad by us.
9fl. KhfOi�li,�p�� 01� ACCIDE�lT
underSl�G1'IAN IV�-�U�IN�$�AUTpCUN�7IT�C�I�S,A. �oss �onditi�r�s3 �. ���ies fn Tha �venit Of
Accident, Cl�inri� �uit Or L��, paragraph a. is deleted and rep[aced by the followit-4g:
a. You must see #Q ik#Fratwe are notlfled as soon as praailcabla of an "acaldent", �lalrn, "sull" or "bss"_
Kr�ov�l�dge af an "accldent", cFalm, "sull" or "fass" byyaur "employses° shall not, in Itself, aonsfltute
knowl�dge to you u�[ess one ofynur partners, execufive offfaers, dlrector�, rnanaga�, or merrtbers (iFyou
are a llmileri Ilabllitycampany) has knowledgQ of the "accldeM", cEaim, "suit" or "loss , No#i�e shou]d
inalude:
S9) Haw, virhen and wr�ere tt� "aacklen�" ar "Inss� nacurred;
(2) The °Insured's" n�tne and address; and
(3) To 1he exlent possl6le, the names and addresses of any injured persons ant� wftnesses,
91. TI�1�#$F�RO�RIGH�a��BkA�l1�T1�1fA1V�RO�S{18ft��kTl�Nj
Under SI�CT10�11�! ��US1�3�SrS AUTO C��1D1TfONS, A. Las� Condition� Paragra�oh �. Transfer C9f Righ#s
� ReCovery Against Othsrs 70 lJ9 �S deleted and replaced by the fo�lawing:
5. Transfer �f Rights t7��ZecoveryAgaln�t4thers 7d lJs
If any �rsan or arg�nlzatlon to or for u�rhnm we mafce paymerit underthis Cnve rage Form has rl�hts ta
recnv�r darnages iram anakher, fhase righEs ar� iransferred t� us, That perspn or organl�atlon must do
�verylhlttg necessary lo seeqre our rIgF�Es and musi do nolhing �lter "aogldent" �r "lnss" to Impair fham.
Harrre�er, ifthe "lnsured" heswaived rigt�is ta reoa�erlhrough awrltten canlract, ar ffyflur work was
cominanced undera 3eaer af ihlent ar WQticorder, subjectio a subsequer�t redualiari in wrltin� �is�lth
c�stamers� w�ose cuslomary cnnkracts requlre a walver, uve walve any r1gM of reo�very we may have
underihls Co�era�e Forrn, �
Includes c��yr�ghfed rnaterl�sf nf Jnsurance Servtces OfRce, lttc,
�age � o� 5 �A �71811 �9
��. u��r�r��rrio��►� F�i��a� Yo �rscLa�� �r�azarr��
Under �i�CY[4id I�/ -�U�IN�3� All7� CON�l710I�S , B. G�nsr�l Cortditit�ns , par�qraph 2.
Goncealment, 11�lEsrepresentation �r Fraud is ame�ded hy the addilion of the fiollowln�:
�hle �vill not deny caverage under lhls Coverage Forrn If you un�nfenllohafiy ial! to dlsclose all hazards
exfstlng �s oF#he inceplian date af lhfs p�llay. Yau rnust reporl to �s any knowledge af an errar or amfsslan
in yaur rspresenlatlons as soon as praclicahle aEier Its discovery. Thls pravisinn dnes not �ffeot our rl�t td
collect ac�rffifonal premlvm or exerclse oGr rigi�t af canceltativn or na�n-renewal.
'IS, �L�INKET C�V�F�A�� F�R ��RT�kll� QP�RATIQNS fN �0�1#�E�TIDh� V�lIYF� R,��.�40A1��
Whan required by wrliten cantracf or wrltten �gresment, fi�e defnlllpn af "Pnsurad con�raci" is an�ended
as follaws: �
The exceptlnn cahtalned In paragraph Fl.3. relaling in cansiruc�io� or demolilio� nperations on nr wltt�l�
5A faet oF a rsilrasd; ardd
� ��ragraph H.�.
ar� d�letad wliis respect to Ehe use af a covered "�uto" in aperations for, or �fFecting, a r��lroad,
l�icl�des copyrlghled material of Ins�rance Servlc�s OPFIce, Inc.
CA �� '!8 9'� i� Page 5 of 5
WORKERS CO�IP�NSATIOR! AND EMPLOYI�RS L.IABILITY INSURANCE POLICY
wc a2 0� aa �
(Ed. 6-14)
T�XAS WAiV�R O� 4UR RIGHT TO R�COV�R FRO�II OTH�RS ENDOE�SEi�1�NT
This endarsement applies only to the insurance pro�ided by the policy because Texas is shown in Item 3.A. af the
Infarmation F'age.
Wa ha�e the right to recover our p.ayments from anyane liable for an injury co�ered by this palicy. We will not enforce
our right against the person or organization named in the Schedule, but this wai�er applies only with respect to bodily
injury arising out of the aperations described in the Schedule where you are required by a written contract to obtain this
waiver from us.
This endorsement shall not aperate directly or indirectly to benefit anyone not named in the 5chedule.
The premium for this endorsement i5 shown in the Schedule.
Schedule
1. t1
itii7
Specific Waiver
Name of person or organization
Blanket Wai�er
Any person or organization for whom the Named Insured has agread by written contract to furnish th�s wai�er.
2. Operations:
3. Premium:
The premium charge for this endorsemeni shall be �@(� percent.of the premium de�elaped on payrolE in connection
with work performed for the abo�e person{s} or organization(s) arising out of the aperations describecf.
4. Advance Premium:
7his endorsement changes the policy to which it is attached and is effective on tF�e date issued unless otherwise stated.
�Tha informaiion below is r�quired nnly when ihis endorsemeni is issued subsequent to preparation of the policy.}
Endorsement Effective 01/31/2020 Policy No. WC2000080 Endorsement Na. WG 42 43 04 B
Named Insured:' McClendon Construction Company, Inc_ Premium
Insurance Company
WC4203Q4�
{Ed. 46-14)
Countersigned by
Copyright 2014 Naiional Council on Compensation Insurance, �nc. All Rights Reserved.
NAMED IN5lJRED: MCCLElVDOI�! CONSTRUCTION COMPANY, INC.
POLICY NUMBER: CPP2111179
� bi� �������M��� �H����� ��r� ���i�v. ������ ��� r� �����i��tx.
IVO���� �F �d�►YV��LI�►�0 �YV, �I�N��N�VIIAL �� IVI�i��l��
�I��►�C�E �— i�l�� ��►��Y
7his endorsement modifies insurance provided under the folfowing:
AUTO DEALERS COVERAG� FORM
BUSI�lES5AUT0 GOVERAGE FORM
BUSfNE55 AUTO PHY5IGAL DAMAGE CQVERAGE FDRM
COMM�RGIALGENERAL LIABILIiYCOVERAGE FORM
COMMERCIALUMBRELLA LIABILITYCOVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORNi
PRODUGT5/COMPLETED Ol'ERATIONS LIABILITY COVERAGE FQRM
TRUCKERS COVERAGE FORM
5ubject to fhe cancellation provisions of fhe Co�erage Form to whieh this endorsement is attached, we will not:
1. Canael;
2. Nonrenew; or,
3. Materially change (reduce or resfrict}
this Coverage Form, except far nonpayment of premium, until we provide at least so days wriften r�atice of
such cancellation, nonrenewal or material change. Writfen notice will be to the person or organization named in
the Schedule. 5uch notice will be by certified mail with return receipt requested.
This notification �'cancellatio�, nonrenewal or maierial change to the perso� or organizatinn named in the
�h8dule is intended as a courtesy only. Our failure to provide such notification will not:
1. Extend any �overage Form cancellation date; ,
2. Negafe the cancellation as to any insur�d ar any cerfiFcate halder;
3, Provide any additional insurance that would not have been prnvided Rn the absence of this endorsement;
or
4. Impose liability of any kind upon us.
This endorsement does not entitle fhe person or organization named in the Schedule to any benefifs, rights or
profection underthisGo�erage Form.
SCH��U��
�dame Q# �erson Or Organi�atian �4r'Jailing Address
Any person or organization holding a certificate of insurance issued The address shown for that person or organiza#ion in
for you, provided the certificate: thaf certificate of insurance
1. Ftefers to this policy;
2. Siates that notic� nf:
a, Cancellation;
b. Nonrenewaf; or
c. Maferial change reducing or restricting coverage;
will be provided tn that person or organization;
3. 'is in effect at the #ime of th�;
a. Cancellation;
b, Nonrenewal; or
c. Material change reducing or restricting caverage; and
4. Is on file at your agent or broker's office for this poliEy
IL70 66 07 14-BLKT
NAMED INSURED: MCCLENDON CONSTRUCTION GOMPANY, INC.
POLICY NUMBER: CA2111178; WC2000080
TNf5 E�IDORSEM�N7 CHANGES iH� POLIGY. PL�Aag R�A�? I`i CAREFULLY.
��F�LIEF� N��`I�E �� �AlV�ELL�#Tf�N
P��1IID�Q B1� lJ�
Num6er of Days Notice _ __ ��_ _
Far any statutorily permitted reason other then nor�Payment af premium, the number nf days raquirad far notice of cance�latian is
increased to the number oF days shown in the Schadu�e aboVe.
If this palicy is cancelled 6y us we will send the Named Insured and any p�rty liated in the iollowing schedula notice of cancell�tinn
based on the number of days notice shown above.
SCH�DUL�
Nam� of Person ar Organization
7he I�ame of Person or Organization is any persan or organization holding a a�rttflcgte n� Insurance
issued fnr ynu, provided the certifi�:
1. Reiers to tF�is policy;
2. States thal nolice of:
a, CanceNation;
b. I�onrenewal; or
c. Materfa3 ahange recfucing or restrlcfing cnverage;
will be provided to thaC persan or organization;
3. Is in effect ai the time of the:
a. Cancellatlon;
b. Nanrenewaf; or
c, Malar�al change reducing vr restricting �pverage; and
4. �s on fife at yaur agent or hroker's office far this policy.
Ma iling Ad d r�ss
The Mailing Addness is the address shown forthat person or arganiza#ian in thak cartificat� 4f
insurance.
IL 70 4b 05 07 - BLKT
ST�NI�A� �]E1�1]E�i]L COI�l)IT��leTS
�]F ��i]E �OI�TS'TR�UC'TIOl�T �O1�T'T1tAC�
CITY OF FpRT WQRTH
STANDAR[� CONSTRUCT[ON SPECIFICATION AOCUMENTS
Revision: Mur�i9,2020
STANDARD GENERAL CONDITIQNS OF THE
CONSTRUCTION CONTRACT
TABLE OF COT+ITEl�TTS
Article 1— Definitions and Terminology
1.01 Defined Terms .....................
1.02 Terminology .......................
........................ ............................
....................................................
......... .. ..................... ...... ........ ......
Page
......1
......1
...... b
Articie2— Preliminazy Matters ......................................................................................................................... 7
2.01 Copies of Documents .................................................................................................................... 7
2,02 Commencernent of Contract Tirne; Notice to Proceed ................................................................7
2.03 Starting the Woxk .......................................................................................................................... 8
2.04 Before Starting Construction ...................................... ....... S
2.45 Precanstruction Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Accepiance o� �chedules .................................................................................................... S
Article 3— Contract Documents: Intent, Amending, Reuse ............... .............. ............................................... 8
3 . 01 Int ent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . 8
3.02 Reference Standards ......................................................................................................................9
3.03 Reporting and Resolving Discrepancies ....................................................................................... 9
3.04 Amending and Supplementing Con�ract Documents .................................................................10
3.05 Reuse of Documents ...................................................................................................................10
3.Ob Electronic Data ............................................................................................................................ l 1
Article 4— Availabiliry of Lands; Subsurface and Physical Conditions; Hazardous Environm�ntal
Conditions; Reference Points-• .............................................................................................
4.01 Availability of Lands ......................................................................................................
4A2 Subsurface and Physical Conditions ...............................................................................
4.03 Differing Subsuriace or Physical Conciitions ..................................................................
4.04 Underground Faciliiies ...................................................................................................
4.05 Reference Paints .............................................................................................................
4.06 Hazardous Environrnental Condition at Site ..................................................................,
,..11
..11
..12
..12
..13
..14
..14
Article 5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performanc�, Payrnent, and Maintenance Bonds .......................................................................16
5.03 Certifxcates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................•--•-•--......---...............18
5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities ........................................................................................................19
6.01 Supervision and Superintendence ...............................................................................................19
CITY OF FORT WORTH
S'�ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Masli 9, 2Q20
6.02
6.03
6.04
6.05
6.06
6.07
b.08
6.09
6.10
6.11
6.12
6.13
6.14
b.15
6.1b
6.17
6.18
6.19
6.20
6.21
6.22
G.23
6.24
Labor; Worlcing Hours ................................................................................................................20
Services, Materials, and Equipxnent ........................................................................................... 20
ProjectSchedule ..........................................................................................................................21
Substitutesand "Or-Equals" ....................................................................................................... 21
Concez�ng Subcontractors, Supptiers, and Others .................................................................... 24
WageRates .................................................................................................................................. 25
Patent Fees and Royalties ...........................................................................................................26
Per�nits and Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes...........................................................................................................................................2$
Use of �ite and Other Areas ....................................................................................................... 28
RecordDocuments ......................................................................................................................29
Safetyand Protection ..................................................................................................................29
�a%ty Representative .................................................................................................................. 30
Hazard Comrnunication Programs .................................................................. .. 30
.........................
Emergencies and/or Rectaficarion ............................................................................................... 30
Submittals............................... ................................................................................................ ..... 31
Continuingthe Work ................................................................................................................... 32
Contractor's General Warranty and Guax'antee ..........................................................................32
Indemnificatian......................................................................................................................... 33
Delegation of Professional Design Services ................................................................ ..... 34
Rightto Audit .............................................................................................................................. 34
Nondiscr�ininaiior� ......................................................................................... ......... 35
.....................
Article 7-- Other Work at the Site.....
7.01 Related Work at Site .....
7.02 Coordination ..................
.............................................................................................
..............................................................................
..... 35
..... 35
..... 36
Article 8 -- City's Responsibili�ies ...................................................................................................................36
8.01 Coxr�.x�.unications to Contractor ................................................................................................... 36
8.02 Furnish Data ................................................................................................................................ 3 6
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests ................................................................................... 36
8.05 Change Orders .............................................................................................................................3b
8.06 Inspections, Tests, and Approvals .............................................................................................. 3b
$.07 Limitations on City's ResponsibiIities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmentat Condition ....................................................................37
8.09 Compliance with Safety Prograna ............................................................................................... 37
Article 9- City's Observation Statas During Constructian ..........................................................
9.01 City's Project Manager ...........................................................................................
9.02 Visits to Site ..............................................................................................................
9.03 Authorized Variations in Work .................................................................................
9.04 Rejecting Defective Work .........................................................................................
9.05 Deternunations for Work Performed .........................................................................
9.06 Decisions on Rec�uirernents of Contraci Documents and Acceptabiiity of Work....
................. 37
................. 37
.................. 37
................. 38
................. 38
................. 38
................. 38
CITY OF FORT WOR'I`H
STANDARD COATSTRUCTION SPECIFICATION DOGUMENTS
Revision; M�urli9,202U
At-ticle 10 - Changes in the Work; Cla.iins; Extra Worlc ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Chan.ges in the Wark ......................................... ....................,.39
...... ..................... .
10.03 Execution of Change Orders ....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Surety ......................................... ...............39
........................ ......... .........................
1�.06 Contract Claims Process .............................................................................................................40
Article 11- Cost of the Work; Allovvances; Unit Price Wark; Plans Quantity Measurement ......................41
11.01 Cost of the Work .........................................................................................................................41
11.02 A1lowances .................................................................................................................................. 43
11.03 Unit Price Work ..........................................................................................................................44
1 i.04 Plans Quantity Measurement ......................................................................................................45
Az�ticle 12 - Change of Contract Price; Change of Contract Time ................................................................. 46
12.01 Change of Contract Price ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................ 47
12.43 Delays ................... ....................,.................,.............................................................47
...................
Article 13 - Tests and Inspections; Correction, Rezx�oval or Acceptance of Defective Work ......................48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access ta Work ...........................................................................................................................48
13.03 TestsandInspections ..................................................................................................................48
13.04 Uncovering Wark ........................................................................................................................49
13.05 City May Stop the Work .............................................................................................................49
13.06 Correction or Removal af Defective Work ................................................................................ 50
13.07 CorrectionPeriod ........................................................................................................................50
13.08 Acc�ptance of Defective Work ................................................................................................... S 1
13.09 City May Cori-ect Defecti�e Work ............................................................................................. 51
Article 14 - Payments to Contractor and Campletion .................................................................................... 52
14.01 Schedule oF Values ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor's Warranty oiTitle ...................................................... .............54
................................
14.04 Partial Utilization ........................................................................................................................55
14.OS Finallnspection ...........................................................................................................................55
14.06 Fina1 Acceptance .............................................................................•...........................................55
14.07 Final Payment ..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release ........................................................ Sb
14.09 Waiver of Claims ........................................................................................................................ 57
Article 15 - Suspension of Work and Tei-inina�ion ........................................................................................ 57
15.01 City May Suspend Work .............................................................................................................57
15.02 City May Ternunate for Cause ................................................................................................... 58
15.03 City May Terrninate For Convenience .......................................................................................60
Article 16 - Dispute Resolution .........
16.01 Methads and Proceduz�es
................................................................................ . .....
........ 61
........ 61
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIQN DpCUMEIJTS
Revision: Mmcfi9, 202Q
4
�
i
�
�
�
�
t
1
�
f
i
>
�
r
�
Article 17 — Miscellaneous ..........................................................................
17.01 Giving Notice ..........................................................................
17.02 Computation of Times ............................................................
17.03 C�mulative Remedies .............................................................
i 7.04 Siu vival of Obligations ...........................................................
17.05 Headings ..................................................................................
C1TY O�' FORT W0127H
STANDARD CON$TRUCTION SPECIFICAT[ON DOC[IMENTS
Revision: Maz�9,2D20
...........................................
....................................... ....
...........................................
...........................................
...........................................
..... 62
..... b2
..... 62
..... 62
..... 63
..... 63
oo7aao-i
GENERAL CONDITIONS
Paga I of 63
ARTICLE 1— DEFINITIONS AIiID TERNIINOLOGY
1.Qi Defined Terms
A. Wherever used in tbese General Conditions or in other Cantracfi Documents, the terms listed belaw
have the meanings indicated which are app�icable to both ihe singular and plural thereof, and
words denoting gender shall include the masculine, feminine and neuter. Said ternns are generally
capitalized or written in italics, but not always. When used in a context consistent with the
def�nition of a listed-defined term, the term shall have a meaning as defined belaw whether
capitalized or italicized or otherwise. In addition to terms specifically defined, te�s with initial
capitalletters in tbe Contract Documents include references to identified articles and paragraphs,
and the #itles of other documents or forms.
1. Addenda—Wr�tten or grapkuc instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agr�eement—The writte� instrument which is evidence of the agreement between City and
Cantractor cavering the Work.
3. Applicatifln for Paymerat—The form acceptable to City which is to be used by Contractor
during t1�e course of the Work in requesting progress or final payments an.d which is to be
accompanied by such supporting documentation as is required by the Confiract Documents.
4. Asbestos Any rnaterial that contains rnore than ane percent asbestos and is friable or is
releasing asbestos fibers into tl�e air above current action levels established by the United States
Occupational Safety and Health Adininistratian.
5. Award — Auihorizaiion by the City Council for the City to enter into an Agreement.
6. Bid—The offer or propasal o� a Bidder subzxiitted on the �rescribed form setting forth the
prices for the Work to be per%rmed.
7. BiddeN The individua� or entity who submits a Bid directly to City.
$. Bidding Documents—The Biclding Requireznents and the proposed Cantract Daczunents
(including all Addenda).
9. Biddirag Requiremerats The advertisement or Invitation to Bid, Instruc�ions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplexnents.
10. Business Day — A business day is defined as a day that the City conduct� nortnal business,
generally Monday through Friday, excepi for federal or state holidays observed by the City.
11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
CiTY O�' FORT WORTH
5TAIVDARD CONSTRUCTI03�! SPECIF[CA'1`ION DOCUMEIVTS
Revision: Mm�h 4, 2(i2A
007200-1
GEN�RAL CONDfTiONS
Page 2 of 63
12. Change Orde�=A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, d�letion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
ofthe Agreement.
13. City— The Ciiy of Fort Worth, Texas, a hom�rule rnunicipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body thraugh its City
Manager, his designee, or agents authorized under hzs behal£, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the Ciiy of Fort Worth is by Charter vested in the Ciiy Manager and is the entity
with whom Contractor has entered into tt�e Agreemenf and far whom the Work is to be
perfo�ned.
14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manage�- — The officially appointed and authorized Cify Manager of the City of Fart
Worth, Texas, or his d�y authorized representative.
17'. Contf-act Claim—A demand or assertion by City or Contractor seeking an adjust�nent of
Contract Price or Contract Tune, or boih, or other relief with respect to the terms of the
Contract. A cl.emand for xx�oney or services by a third party is not a Contract Claim.
18. Contract—The entire and integratec! written document between the City az�.d Contractor
concerning the Work. The Contraci coniains the Agreement and all Contract Documents and
supersedes priox negotiations, representatians, or agreements, whether �vritten or oral.
19. Corat�act Documents Thosa items so designated in the Agreement. All iteins listed in the
Agreement are Contract Documents. Approved Submittals, other Caniractar submittais, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in �he Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work}.
21. Cantract Time The nurnber of days ar the dates siated in the Agreement to: {i} achieve
Milestones, if any and {u) complete the Work so that it is ready for Fina1 Acceptance.
22. Contr�actoY The individual or entity with whom City has entered into the Agreement.
23. Cost of the YPork—See Paragraph 11.01 of these Gen�ral Condiiions for defi�ution.
CITY dF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATI01�' DOGUMENTS
Revision: Mmch9,2020
QO7200-I
GENERAL C�NDITfON5
Page 3 of 63
24. Damage Claims — A demand for money or services arising &om ihe Project or Site from a
third party, City or Contracior exclusive of a Contract C1aim,
25. Day ar day — A day, �ess othez wise defined, shall �n.eaz� a Calendar Day.
2b. Darector of Aviation — The off cially appointed Director of the Aviation Deparhnent of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Cammunity Services — The off cialiy appointed Director of tlie Parks
and Community Services Department of the City oi Fort Worth, Texas, or his duly appointed
representative, assistant, or agenis.
28. Director of Planning and Developmerat — The o�ficially appainted Director of the �'lanning
and Development Depar�ment of the City of Fort Warth, Texas, or his duly appointed
representati�e, assistant, or agenis.
29. DiNector of Transportation Public Works — The officially appointed Director of the
Transportation Public Works Depar�ment of the City of Fort Worth, Texas, or his duly
appointed representa�ive, assistant, or agents.
30. Director of Wate� Department — The oificially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings That part af the Contract Docwnents prepared or appxoved by Engineer wl�ich
�'a�hically shows the scope, extent, and character of the Work to be performed by Contractor.
Sub�nittals are not Drawings as so defined.
32. Effective Date of the Agreement—The date indicated in the Agreement on which it beca�es
effecti�e, but if no such date is indzcated, it means the date on which the Agreernent is signed
and deli�ered by #he last af the two parties to sign and deliver.
33. Engineer The �icensed professional engineer or engineering izrm registered in the State of
Texas performing prafessional services for the City.
34. Extra Work — Additional work amade necessary by changes or alte�rations of the Contract
Documenis ar of quantiiies or for other reasons for which no prices are pro�ided in the Contract
Documents. Extra work shall be part of the Work.
35. Faedd Order — A written order issued by City which requires changes in the Work but which
does not in�olve a change in the Cantract Price, Contract Time, or the intent of the Engineer.
Fieid Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time af award.
36. Final Acceptance — The written notice given by the Ciiy to the Contractar that the Wark
specified in the Contract Documezxts has been cannpleted �o the sarisfaction of the City.
CITY OF F017T WORTH
STATIDARD CONSTRUCTION 3PECIFICATIpN BpCIJMENTS
Revision: Ma�h9,2020
007200-1
GENERAL CONpETI�IVS
Page 4 of 63
37. Final Inspection — Inspection catried out by the City ta verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fu11y, entirely, and in
conformance with t�e Contract Documents.
38. General Reqr�irements�ections of Division 1 of the Contract Docuxn.ents.
39. Hazardous Environmental Condition The presence at the Site of Asbesios, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materiais in such quantities or
circumstances that �ay present a substantial danger to persons or property exposed tl�exeto.
40. Haaardous Waste Hazardaus 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.
41. Luws and Regulations Any and all applicable laws, r�ties, regulafions, orainauces, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jur�iscl�ction.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal properry.
43. Major Item — An Item of work included in the Contract Documenis that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
44. Milestone—A principal event sp�cified in the Contract Docurnents reIating ta an intermediat�
Contract Tune prior to Fi�zal Acceptan.ce of the Work.
�45. Notice of Award—The written notice by Cxty to the Success�ul Bidder stating that upon
timely cornpiiance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
�46. Notice to PYoceed—A written notice given by City to Confiractor fixing the date on which the
Contract Time wi11 comrnence to run and on which Cantractor shall start to perform th� Work
specified in Contract Documents.
47. PCBs—Polychlorinated bipheny��.
48. Petroleu�n Patroleum, including crude oil or any fraction thereof which is liquid at standard
condiiions of iemperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fueI oil, oil sludge, oil re:fuse, gasoline, kerosene, and
oiI mixed with oth�r non-Hazardous Waste and crude oils.
49. Plans — See defuution of Drawings.
CITY OF FORT WORTH
STANDARB CONSTRUCTION SPECIFICATION DOCUMEI+ITS
Revision: M�h9,2020
00720D-1
GEN�RAL CQNDITIONS
Page 5 of 63
50, Project Schedule--A schedule, prepared and maintained by Contractor, in accardance with
the General Requirements, describing the sequence and duration of the act�vities comprising
the Contractor's p1an to accornplish ihe Work within the Contract Time.
51, Project—The Work to be performed under the Contract Documents.
S2. Project Manager—The authorized representative of the Ciry who will be assigned to the
Site.
53. Puhlic Meeting -- An announced xneeting canducted by the City to iacilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Materiai—Source, spacial nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended fiorn time to time.
55. Regular Working Hours — Hours beginnii�g at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays}.
Sb. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standaxds by wk�ich such
portion of the Work will be judged.
57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
subiruttals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Prica to various portions of the Work and used as the basis for reviewing
Contractor's Applications far Payment.
59. Site—Lands or areas mdicated in the Contract Documents as being furnished by City upon
which �Iie Work is to be performed, including rights-of-way, perrnits, and easements for access
#l�ereto, and such other lands furnished by City which are designated for the use of Contractor.
60. .S`pecifications That part of the Contract Documents consisting of written xequirernents for
materials, equipment, systems, standards and workma.nship as applied ta the Work, and c�rtain
administrative requirements and procedural matters applicable thereto. Speci�caiions may be
specifically rxiade a part of the Con�ract Documents by attaci�nent or, if not attached, may be
incorporated by reference as indicated in ihe Table of Contents (Division 00 00 40) of each
Proj ec�.
61. Subcontractor An individual or entity having a direct contz'act with Contractor or with any
other Subcontractor for the perFormance af a part oithe Work at th� Site.
CITY OF FORT WQRTH
STA�lDARI}CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: �7a�h9,2{12A
oo�zoo-i
GENERAL GONDITIONS
Page 6 of 63
62. Submittals—AIl drawings, diagrams, iilustrations, schedules, and other data or in%rmatian
which are specifically prepared or assembled by or for Conhactor and submitted by Contractor
to illustrate some portion of the Work.
63, Successful Badder—The Biddeir submitting the lowest az�d most responsive Bid ta whom Ciiy
makes an Award.
64. Superintendent -- The representative of the Contractor who is available at all times and able
to receive instruct�oxas from the City and to act far the Contractor.
65. Supplementary Condition.�That part of the Contract Documents which amends or
supplements these General Conditions.
66. SupplieY A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct con#ract with Contractor or with any Subconiractor to fun�ish materials or equipment
io be incorporated in the Work by Contractor or Subcontractor.
b7. Underg�-ound Facilities AlI underground pipelines, conduits, ducts, cables, wires,
manhales, vauZts, tanks, hinnels, Qr other such facilit�es or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleuzx� products, telephone or other comr�n.u�ications, cable telev�sion,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
68 Unit Price Wo�-k See Paragraph 11.03 of these General Conditions for definition.
69. Weekend Working Hours — Hours beginning at 9:40 am. and ending at 5:00 p.m., Saiurday,
Sunday or legal holiday, as approved in advance by the City.
70. Work The entire construction or the various separately identifiable parts ihereaf required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing alI Iabor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and firrnishing, installing, and incorporating all
�nater�als and equipment into such conshuction, all as required by the Contract Documents.
71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by �he City for contract purposes, in which weather or other conditions
not under the conirol of the Contracior will permit the performance of the principal unit of
work underway for a cantinuous period af not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terrrainolo�y
A. The woxds 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 intlicatea meaning.
B. Intent of Certain Te�-ms or Adjectives:
CITY OF FORT WORTH
STANDAAD COMSTRUCTION SPECIFICATION DOCI.IMENTS
Revision: M�h 9, 202A '
007200-I
G�NERAL CONpI710NS
Page 7 of 63
1. The Contract Doctunents 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," "satis�actory," or
adjectives of �ike effect or import are used ta describe an ac�ion or detern�ii�ation oiCity as to
the Work. It is intended tha� such exercise of professional jud�nent, aciion, or deternzination
wilt be solely to evaluate, in general, the Work for compliance with the informati.an in the
Contract Documents and wit1� the design concept of the Project as a functioning whole as
shown or indicated iri the Coniract Docume�ts (unless ihere is a specific statement indicating
otherwise). �
C. Defective:
1. The word "defective," when modifying tl�e word "Work," refers to Work tl�at is
unsatisfactary, faulty, or deficient in that it:
a. does not con�orm to �Iie Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Caniract 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 woxd "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shal� rnean
furnishi�g and incorporating in ihe Work includirig all necessary labor, materials, equipment,
and everything necessary to perform �he 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 canstrucfiion indus#ry or trade meaning are used in the Contract Dacuments in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMII+IARY MATTERS
2.01 Copies of Documents
City shall fumish to Cantractar one (1) original executed copy and one (1 } electronic copy of the
Contz�ac� Documents, az�.d £our (4} addi�ional copies of the Drawings. Additional copies will be
fiuliished upon request at the cost of reproduction.
2.02 Corrtmeracerfxent of Contract Time; Notice to P�oceed
The Contract Time will commence ta run nn the day indicated in the Notice ta Proceed. A Notice to
Proceed may be given no earlier than 14 days after ihe Effeciive Date of the Agreement,
unless agreed ta by both parties in writing.
CITY 4F FORT WORTH
STitNDARD CQNSTRUCTION SPECIFICATION DOClIMENTS
Revision: Ma��9,2Q20
007200-1
GEIVERAL CON�ITIQNS
Page 8 of 63
2.03 Starting the Work
Contractor sha�l start to perform the Work on ihe date when �he Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time con�mences to run.
2.0� Before Siartirag Construciion
Basedine Schedules: Submit in accardance wrth the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Confererace
Before any Wvrk at the Sii� is started, the Contractor sha11 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 sched�led by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor uniil acceptable schedules are subrrutted to City in
accorc�ce with the Schedule Specification as provided in the Contract Dacuments.
ARTrCLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Docuix�ents are comp�ementazy; what is required by one is as binciing as if required
by alt.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereo� to be constructed in accordance wifih the Contract Docur�n.ents. Any labor, documentation,
services, materials, or eqnipment that reasonably may be inferred from the Contract Documents
or from prevailing custorn or trade usage as being required to produce the indicated result wi11 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 rnay be written
in varying degrees of sireamlined or declarative style and some sectioivs may be relatively
narrative by comparison. Omission of such words and phrases as "the Contractar shall," "in
confornuty with," "as shown," or "as specified" are inteniional in streamlined sections.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various part� of a section or articles within a part depending on the format of the
C1TY OF FORT WORTH
STANDARD CONSTRUCTTON SPECIFICAT[ON DOCUMEN'FS
Revision: Mtu�h9,2020
00 72 DO - 1
GENERAL CONDITIQNS
Page 9 of 63
section. Tl�e Contractor shall not take advantage of any variation of form, format ar style in
making Contraci Claims.
E. The cross referencing of specification sectians u�n.der 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 io the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordiz�ate the entire Work under the
Contract Docurnents and provide a complete Project whether or not tl�e cross referencing is
provided in each section or whether or not the cross referencing is comp�ete.
3.02 Refererace Standards
A. Standards, Specifications, Codes, Laws, and Regula�ions
X. Reference to standa�rds, specificat�on�, manuals, or codes of any technical society, organization,
or assaciation, or to Laws or Regulations, whether such reference be specific or by implicatian,
shall mean the standard, specification, manual, code, or Lavvs or Regulaiians in effect at the
tune of opening of Bids (or on the Effectzve Date of the Agreeznent if there were no Bids),
except as may be otherwise specifically stated in the Contract Docurn�nts.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effecfiive fio change the du�ies or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or ernployees, frorn �liose set forth in the Contract
Docutx�ents. No such provision or instruction shall be effective to assign to City, or any of its
of�icers, directors, members, partners, employees, agents, cansultants, or subconiractars, any
duty or authoriry to supervise or direct the perfarmance of the Work or any duty or autharity
to undertake xesponsibility inconsistent with the provisions of ihe Contz�act Doctunents.
3.03 Repo�ting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Cant�•actor's Review of Contract Dacuments Before Starting Work: Befare undertaking each
part of tl�e Work, Contractar shall carefully study and compare the Contract Documents and
check and �erify pertinent figuz�es therein against all applicable field measurements and
conc�i�ians. 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 claz-ii�cation from City before proceeding with any Work affected
thereby.
2. Contt•actor�'s Review af Contract Docufnents During Performarace of Work. If, during the
per%rmance of the Work, Coniractor discovers any conflict, error, ambiguity, ar discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law ar Regulat�on ,{6} any standard, specification, manual, or cade, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor sha11 not
proceed with ihe Work affected tl�ereby (except in an emergency as required by Paragraph
CITY OF FORT WOIZTH
STAI+�DARD CONSTRUCTIOl� SPECIFICATION DpCUMENT$
Itevision: Ma�h9,2020
D0720D-1
GENEFtAI. CONDITIONS
Page 20 of 63
6.17.A) until an atnendment or supplement to the Contract Documents k�as been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor sha11 not be liable to City %r iailure 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 specifcally stated in the Contract Documents, the provisions of
the Contract Doc�unents sha11 take precedence in resolving any conflict, ea�x�or, ambiguity, or
discrepancy between the provisions of the Contract Documents and �he provisions af any
standard, specificatian, manual, or the instruction oi any Supplier (whe�her or not specificaily
incorporated by referenc� in the Contract Documents).
2. In case of discrepancies, figured dimensions sha11 govern over scaled climensions, Plans shall
govern over �pecifications, Supplementary Conditions sha11 �overn over General Conditions
and Specificarions, and quantities shown on the Plans shall govern ovex those shown in the
proposal.
3.04 Amending and Supplemeniing Contract Documents
A. The Contract Docurnents may be amended to provide for additions, deletions, azac�. revisions in
the Work or to modify the terms and conditzons thereof by a Change Order.
B. The requirements of the Contract Documents may b� supp�emented, and minor variations and
deviations in the Work not involving a change in Con�ract Price or Contract Time, may be
authorized, by one or znoxe of the following ways:
1. A Field Order;
2. City's review ofa Submittal {subject to the provisions of Paragraph 6.1$.C}; or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other ciocuments (or copies of any thereo fl prepared by or bea.ring the seal of Engineer,
including electronic rnedia editions; or
2. reuse any such Drawings, Specifications, ather dacuments, or copies th.ereof on extensions of
the Project or an.y other project withou# written consent of City and specific written verificatian
or adaptation by Engineer. �
C�TY OF FORT WOKTH
STANDARDCONSTRUC7'ION 5PECIFICATIdN DOCUMENTS
Revision: M�ch9,202fl
Q0720D-1
GENERAI CONDIT{ONS
Page I 1 of 63
B. The prohibitions of this Paragraph 3.05 wi11 suivi�e final payment, or ter�nination of the
Cantract. Nothing herein shall preclude Cantractor from retaining copies of the Contract
Dacuments 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 ar 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 an the City's an-line electronic document managernent and
collaboration systern site. Files in electranic media format of text, data, graphics, or other types
are furnished ozily for the convenience of the receiving parEy. Any conclusion ar information
obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy
�etween the electronic �les and the hard copies, the hard copies govern.
B. When transferring documents in electrariic media format, the transferring party makes no
represer�tatians as to long term cornpatibility, usability, or readability of documents resulting from
the use of software application packages, operaiing systems, or compu#er hardware differing from
those used by the data's creator.
ARTICLE �1— AVAILABILITY OF LAl�TDS; SUESURFACE AND PHYSICAL CO�iTDITIONS;
HAZARDOUS ENVIROI�MENTAL COliTDITIONS; REFERENCE POINT�
4.01 Availability af Lands
A. City shall funush the Site. City sha11 notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must cornply
in perforining the Work. City will obtain in a timely manner and pay for easements for per�nanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-oi way, and/or
easernents. Any outstanding right-of-way and/or easement� are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Proj ect �chedule
subrnitted by the Contractar in accordance with the Contract Documents must consider any
outstanding right-oi way, and/ar easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Si#e.
Any autstanding removal or reloca�ion of utilities or obstructions is anticipated in accordance
with the schedul8 set forth in the Supplementary Conditions. The Project �chedule submitted
by the Contractor in accordance with the Contract Docurnents must consider any autstanding
utilities or obsi:rructions to be remo�ed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City sha11 furnish Coniractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be per%rmed.
CITY OF FORT WORTH
STANDARI} CONSTRUCT[ON SPECIFICATION DOCUMENTS
Re�ision: iv�¢ch9,2020
D07200-1
GENERAL CONDITIONS
Page I2 of 63
C. Cantrac�or sha11 provide for all additional lands and access thereto that may be required for
const�uctxon facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of s�bsurface conditions at or
coniiguous to the Site; and
2. those drawings kr�own to City of physical canditians relating to existing surface or
substirFace stru�cttares at the Site (except Underground Facilities).
B. Limiterl Reliance by ContractoY on Technical Data Autho�ized.• Contractor may rely upon the
accuracy af the "technical data" contained in such reports and drawings, but such reports and
drawings axa not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, ar any of their offcers,
ci�rectors, members, part�ers, employees, agents, consulfiants, or subcantractors with respect to:
1. the completeness of such reports and dravvings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and �rocedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and info�aation contained in such reparts or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
oiher data, interpreiations, opinions, or information.
4.03 Diffe�ing Subsu�-face or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physica� condition that is urzcovered or
revealed either:
1. is of such a nature as to estab�ish that any "technical data" on which Contractor is entitled to
r�ly 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 Coniract Documents; or
4. is of an �nusual natuxe, and differs rnaterially frorn conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Doctunents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENTS
ltevision: Mtu�h9,2020
oa�zoo-i
GEIVERAL CQN�ITIONS
Page 13 af 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing ihe
subsurface ar physical conditions ox perfarming any Wark in connectian therewith (except in an
emergency as required by Paragraph b.17.A}, notify City in writing about such condition.
B. Possible Pr^ice and Time Adjustments
Coniractar sha11 not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditians ai the time Contractor rnade a imal
commiiment to City with respect ta 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 reasonabiy have been disco�ered or revealed as a result
of the examinat�oz� of the Contract Documents or the Site; ox
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown ar Indicated.• The information and data shown or indica�ed in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished ta City or Engineer by the owners of such Underground Facilities,
including City, ar by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuz�acy or completeness of any such
information or data provided by others; and
2. the cost of all of the following wi11 be included in the Contract Price, and Contractor shall
have full responsibiliiy for:
a. reviewing and checking all such informa�ion and data;
b. Iocating all Underground Faciliiies shown or indicated in the Contract Documents;
c. coorc�ination and adjustment of the Work with the owners af such Underground
�'acilities, including City, during construction; and
d. the safety and protection of a11 such Underground Facilities and repairing any damage
thereto resulting fron � the Work.
B. Not Shown or Indica�ed:
1. Yf an Undergrau�nd Facility which coanflicts with the Work is uncovered or revealed at or
contiguous fio the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly afier becoming
aware thereof and before fiirther disiurbing condi�ions affected thereby ar performing any
CITY OF FORT WORTH
STANDAItD CONSTTZIJCTIOIY SPECIFICATION DOCi.JNIENTS
Revision: Mmch 9, 2020
aonoo-i
GENERAL CDNDITIONS
Page 14 af 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify tk�e owner o� such Underground Facility and give notice to that owner and to City.
City wi�l review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Docur�aents 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 rnay
be issued to reflect and document snch consequences.
3. Ve�.fication of existing utilities, structures, and service iines shall include notif cation o£ all
utility companies a minirr,um 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 judgnnent are necessary to enable Cantractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and garades £or roadway
and utility construction, centerlines and benchmarks for b�ridgewark Cantractor shall protect and
preserve the established reference points and property manuments, and shall make no changes or
relocations. Contractor shall report to City whenev�r any reference point or property �nonument is
lost or destroyed or requires relocaiion 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 carelessiy or willfully destroyed by the Contractor. The Con�ractor shall notify
City in advance and with sufficient time to avoid delays.
B. Whenever, in the opi�ion of the City, any reference point ar monument has been carelessly or
willfully desiroyed, disturbed, ar r�rnoved by the Contractar or any of his employees, the fu�l cost
for replacing such poini� plus 25% will be charged against the Contractor, and the full amount will
be deducted from payiment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Dr�wings: The Supplementary Conditions identify those reparts and drawings known
to Ciiy relating to Hazardous Environmental Condi#ions that have been identified at the Site.
B. Limited Reliance by Contracto�- on Technical Data Autho�ized.� Contractor may reIy upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. �uch "�echnical data" is identified in the Supplementary
Conditions. Contractor may not rnake any Contract Claim against City, ar any of their officers,
directors, members, par�ners, empioyees, agents, consultants, ox subco�tractogs with respect to:
1. the cornpleteness of such reports and drawings far Contractor's purposes, including, but not
limifed to, any aspects of the rneans, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STAiY�ARD CONSTRLTCT[ON SPECIFICATION DOCUMENTS
Rwisian: M�n1�9,202A
oo�aoo-�
G�NEFtAL CONDITlONS
Page 15 of fi3
constr�zction to be employed by Contractor and sa%ty precautions an� prograrns incident
thereto; ar
2. ather data, interpretations, opinions and izafoz�mation contained in such reports or shown or
indicated in such drawings; or
3. any Contractor inte�rpre�ation of or conclusion drawn from any "technical data" or any such
other data, interpretaiions, apinions or infar�xaation.
C. Contractor sha11 not be responsible for any Hazardous Enviranmental Conditian unco�ered or
revealed at the Site which vc�as not shown or indicated in Drawings or Speci�cations or ic�entified
in the Cont�act Documents to be within the scope of the Work. Cantractor shall be respansible for
a Hazardous Environmental Conditian created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractar encounters a Hazardous Enviro�nental Condii�on or if Contractor or anyone for
whorn Contractor is responsible creates a Ha�ardous Environmental Condition, Contractor sha11
immediately: (i} secure or otherwise isolate such condition; (ii) stop all Work in connection wi�h
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and prornptly thereafter coni`urn such notice in writing). City may
consider the necessity to retain a qualiiied expert to evaluate such candition or take corrective
acfiion, if any.
E. Contractor sha11 not be required to resume Work in connection with such condition or in any
affected axea until after City has obtained any required pe�its related thereto az�d delivered written
notice to Contractor: (i} specifying that such condition and any affected area is or has been
rendered suitable for the resurnption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
R. If after receipt of such vvritten notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, ox does not agree to resume such Wark �der such special conditions,
then City may order the portion oi the Work thai is in the area affected by such condiiion �o be
deleted from ihe Work. City may have such deleted portion of the Work performed by City's own
forces or others.
G. To the fullest extent pernxitted by Laws and Regulations, Contracto� shall indemnify and hoid
harmless City, from and agai�ast all clai�ns, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorraeys, arad other professionals and all court
or arbii�-ation or other dispute YPSOlZltlOYd costs) arasing out af ar relatang to a Haaardous
Enviranmental Condition creuted by Contractor or by anyone for^ whom Coniracto� is responsible.
Nothing in this Paragraph 4.06, G shall obligate Contractor to indemnify any iradividual ot- entity
from and against the consequences of that individual 's or entity's own neglige�ace.
H. The provisions of Paragraphs 4.02, 4.03, and 4A4 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the �ite.
CITY OF FORT WORTf�
STAI�lI]ARDCONSTRUCTI4N SPECIF]CATION DOCUMF.NTS
Revision: M�9,2020
oo�zoo-a
GENERAL CONDITIONS
Page 16 of 63
ARTICLE � — SOleiDS Al�TD IIeTSURANCE
5.01 Licensed Sureties arad Insurers
All bonds and insnrance requi�red by the Contract Dacuments ta be purchased and rnaintained by
Coniractor shalI be obtained from surety or insurance companies that are duly licensed or authorized
in the �tate of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety azxd insu�raz�ce co�npanies shall also meet such additional requirements and qualifications
as may be provided in t�ie Supplementaty Conditions.
5.02 Perfo�mance, Payrnent, und Maintenance Bonds
A. Cantractor shall fiunish perfox�.ance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an arnount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations und.er the
Contract Docuanents.
B. Conh'actor shall furnish maintenance bonds in an amoun# equal to the Contract Price as securiiy
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shail remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. AlI 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 Qf
"Carnpanies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (arnended) by the Financial
Management Sexvice, Surety Bond Branch, U.S. Department af the Treasiuy. 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 suxety on any bond fiu�nished by Con�ractor is decla�red bankrupt ox becomes insolvent or its
right to do business is tetmuiated in the State of Texas or it ceases to meet the requirernents of
Paragraph 5.02.C, Contractor sha�l promptly notify City and shall, wi#hin 30 days after the event
giving rise to such notificatian, pxovide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates oflnsu�ance
Contractor shall deliver to City, with capies to each additional insured and lass payee ideniified in the
�uppl�rnentary Conditions, certificates af insurance {other evidence of insurance requested by City or
any other addiiional insured} in at least the �ninimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and rnaintain.
The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on ail liability policies.
G1TY OF FORT WQRTH
STAI�ARD CON5TRUCTION SPECIFICATION DOCUMENTS
Revisian: Ma��h9, 2020
00�200-�
GEN�RAL CONDITIONS
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per locatian",
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 eniireiy, 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, a11 insurer� must have a minimum rating o� A-:
VII in the current A. M. Best Key Rating Gt�ide ar have reasanably equivalent financial
s1rength and solvency ta the satisfaction of Risk Management. If the rating is below that
required, written approvai of City is required.
5. Al1 applicable policies shall include a Waiver oi Subrogation (Rights of Recovery) in fa�or
of the Ciry. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured idez�tified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance xequirements or faiiure of the City to identify a deficiency from evidence that is
pravided shall not be construed as a waiver of Contractor's obligation to maintain such Iines
ofinsurance coverage.
7. If insu�rance policies az�e not written for specified coverage 1'units, 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
oz' prior to �he da.te of the effective date af the agreement and the certificate of insurance shall
state that the co�erage is claims-rnade and the retroactivE dat�. The insurance coverage sha11
be maintained for the duration of the Contract and for three (3} years following Final
Acceptance provided under the Contract Documents or far the warranty period, whichever is
long�r. An annual car�ificate of insurance submitted to the City sha11 evidence such
msurance coverage.
9. Palicies sba11 have no exclusions by endorsements, which, neitl�er 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 c�etennined to be unacceptable or the City desires additional insurance coverage,
and the City desires the contractor/engin�er to obtain such coverage, the contract price shall
be adjusted by the cost of the premium for such addi�ional coverage plus 10%.
10. Any seif-insured retention (SIR), in excess o� $2S,Q40.00, affecting required insurance
co�erage shall be approved by the City in regards ta asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLIIvIENTS
Revision: Mmcfi9,2020
00 72 00 -1
GENERAL C41V�ITIONS
Page 1$ of 63
lieu of traditional insurance, alfernative coverage maintained through insurance pools or risk
retention graups, must also be approved by Ciiy.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
#"irst-dollar basis, must be acceptable to and appraved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requiremenis and to
make reasonable adjushnents to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changes in statutory Iaw, court decision or the clairns
histozy of the industzy as well as of the contracting party to the City. Th� City sha11 be required
to provide prior notice of 90 days, and the insurance adjustments sha11 be incorporated into the
Work by Change Order.
13. C�ty sha11 be entitled, upon written request and withoui 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 ta
conform the policy and endarsements to the requirements of the Contract. Deletions, revisions,
or modifications sha11 not be required where policy provisions are established by law or
re�latians binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premiurn costs for
Contractor's insurance.
5.04 Coniractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with lrmits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as ame�nded), and minimum limits for Employers'
Liabi�ity as is appropriate for the Work being performed and as will provide protection from claims
set forth below wluch may axise out of or result from Contractor's performance of the Work ar�d
Contractor's other obligations undex tl�e Contract Documents, whether i� is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or inc�rectly employed by any of
them to perfarm any af the Wark, 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. ciaims 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
{boci�ly injury or property damage) arising from: premises/operations, independent con.t�ractors,
products/completed operations, personal injuzy, and liabiliiy under an insured contract. Insurance
shalI be provided. on an occurrence basis, and as compre�iensive as th� current Insurance Services
Office (ISO} policy. This insurance sha11 apply as primary insurance with respect to azxy other
CITY OF FORT WOR'CH
STANDARDCONSTRUCTION SPECIFICATION DOGUMENTS
Revision: Ma��ch9,202Q
oo�zoo-z
GENERAL CONDITlONS
Page 19 of 63
insurance or self-insurance prograrns afforded to the City. The Commercial General Liability
palicy, sha11 have no exclusions by endorsements that would alter of nullify prernises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the Cify approves such exclusions in writing.
For construction projects that present a substantial completed opera�ion exposure, the City may
require the contractor to maintain campleted operations coverage for a minimum of no less than
three (3} years following the completion of the praject {if identified in the Suppleznentary
Conditions).
C. Automobile Liability. A commercial business auto policy shall pravide coverage on "any autd',
defined as autos awned, hired and nan-owned and provide indemnity for clairns for �arnages
because bodily injury or d�ath oF any person and or property damage arising out of tlie work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Suppiier, or by
anyone directly or indirectly employed by any of them to perfortn any of the Work, or by anyone
for whose acts any of them rnay be lia�le.
D. Railroad PYotective Liability. If any of the work or any warranty work is within the limits af
railroad right-of-way, the Contractor shall comply with the requirements identified in ihe
Supplemeniary Conditions.
E. Notification of Policy Cancellation: Contractor shall irnmediately notify Ciry upon cancellation
or oiher loss of insurance co�erage. Contractor shall stop work until repiacement insurance has
been pracured. There shall be no time credit for days not worked gursuant to this section.
5.05 Acceptance of Bonds and Insurance, �ption to Replace
�f City k�as any objeciion to the coverage afforded �y or other provisions of t11e bonds or insurance
required to be pi.u�chased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Ciiy shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates {or ather evidence requested). Contractar shall
provide to the City such additianal information in respect of insurance provided as the City rnay
reasonably request. If Contractor daes not purcl�ase or maintain all of the bonds and insurance required
by the Cant�ract Documents, the City sha11 notify the Cantractor in writing oi such Failure priar to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — COI+TTRACTOR'S RESP4NS�BYLITIES
6.01 Super-visio�a and Superintenclerace
A. Contractor shall supervise, itxspect, and direct the Work competently and efficien�ly, devoiing
such attention thereto and applying such skills and expertise as may be necessary to perform ihe
Work in accordance with th.e Contract Dacuments. Contractor sha11 be solely respansible for the
rneans, methods, techniques, sequences, and pracedures of construction,
C1TY pF FORT WORTH
STANDAAD CONSTCiUCTTON SPECIFICATION DOCUMENTS
Re�ision: Mur.0 4, 2020
00�2oo-i
GENERAL CONDITlONS
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 withou# written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have autho�ity to act on
behalf of Contractor. All cornrnunication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall noti�y the City 24 hours prior to moving areas during the sequence of constcuction.
6.02 Labor; Working Haurs
A. Contractor sha11 provide competen.t, suitably qualified personnel to perForm construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at �he Site.
B. Except as otherwise required for ihe safety or protection of persons or the Work or property at
the Site or adjacent thereta, and except as otherwise stated in the Contract Docurraents, all Work
at the Site shall be performed c�uring Regular Working Hours. Contractor will not pernut the
performance of Work beyond. Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably vvithheld). Written request (by �etter or
electranic communication) to perform Work:
1. for beyond Regular Working Hours request xx�ust be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be rnade by noon of the preceding Thursday
3. for legal ho�idays request must be made by noon twa Business Days priar to the legal
holiday.
6.03 Set-vices, Materials, and Equiprraent
A. Unless otherwise specified in the Contract Documents, Contractor shalI pravide and assume full
responsibility �or all services, materials, equipment, labor, transportation, construction equi.pment
and mach�nery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
ternporary facilities, and all other facalities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporatied into the Work sha11 be as specified or, if not specified,
shall be of good c�uality and new, except as otherwise provided in the Contract Docurnents. All
special warxant�es and guaran�ees required by the Specifications shall expressly run to the benefit
af City. Ii required by City, Contractor shall furt�ish satisfactory evidence {including reports of
rec{uired tests) as to the source, kind, and quaIity of materials and equipment.
C1TY OF FORT WORTH
STAIVBARD COATSTRUCTION SPECIFICATION DOCUM�hlTS
Revisian: MamA�9,2fYlQ
00 �a oo - i
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work sha11 be storecl, appli�d, installed,
connected, erected, protected, used, c�eazied, and conditioned in accoxdance 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 t�ime ta time as pravided below.
1. Con#ractor shall submit to City for acceptance (to the extent indicat�d in Paragraph 2.07 and
the General Requirements} proposed adjustments in the Project Schedule that will not restxl�
in changing the Contract Time. Such adjustments wi11 comply with any provisions of the
General Requirements applicable thereto.
2. Contractar shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract iri accordance with the schedule specification O1 32 i 6.
Proposed adjustm.ents zn the Project Schedule that will change the Contract Tirne 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 specifiec� or described in the Contract Documents
by using the name of a proprietary item or ihe name of a particular Supplier, the specifica�ion or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is follawed by words reading that no like, equivatent, or
"or-equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers rnay b� submitted to City for review under the circumstances described belaw.
1. "Or-Equal " Items: If in City's sole discretion an itern of material or equipment proposed by
Contractar is func�onally equal to that named and suf�ciently si�nilar so that no change in
related Work will be required, it may be considered by Ciiy as an "or-equal" item, in which
case review and appraval of the proposed it�m may, in City's sole discretion, be accomplished
without compliance wfth some ox ali of the requirements for approval of proposed substitute
items. �'or ihe purposes of this Paragraph 6.OS.A.1, a propased item of material or equip�nent
will be considered functionally equal to an item so named if:
a. the City deteilr�ines that:
1) it is at least equal in rnaterials of construction, qualiry, durability, appearance,
strength, and design characteristics;
CIT'Y OF FORT W�RTH
STANDARDCONSTRUCTION SPECIFICATC01� DOCUMENTS
Revision: Mam3� 9, 2020
oo�aoo-i
G�NERAL CQNDITIONS
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 Praject as a functioning whole; and
3) it has a proven record of per%rmance 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 ihe City or increase in Contract Time; arid
2) it will conform substantially to the detailed requirements of the item named in t�e
Contract Documents.
2. Substitute 1'tems:
a. If in City's sole discr�tion an item of matierial or equipment proposed by Contractor does
not qualify as azx "or-equal" ite�m under Pa�ragraph 6.OS.A.1, it may be submitted as a
propased substitute item.
b. Con�actor sha11 submit sufficient information as provided be�ow to a.11ow City to deterinine
if the item of materiai or equipment proposed is essenfially eqi.uvalent to that named and
an acceptable substitute therefor. Requests %r review of proposed substitute items of
material or equipment will not be accepted by City from anyone othear than Contractor.
c. Contractor sha11 make written application to City �or review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The applicat�on shall
comply with Section Ol 25 00 and:
1} shall cerkify that the proposed substiiute ifem will:
a) perform adequately fihe fiinctions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited ta 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 fmal completion on tirne;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTR'UCTION SPECIFICATION DOCUMENTS
Revision: Mi�ch9,2020
OD720Q-1
G�NERAL CONDITIOf�S
Page 23 of 63
c) whether incorporation or use af ti�e proposed substitute item in connectian wit�
the Worlc is subject to payment of any license fee or royalty; and
3) will idez�tify:
a) all variations of the proposed subs�itute item from t1�at specified;
b) available engineering, sales, maintenance, repair, and replacernent services; and
4) �ha11 contain an itemized estimate of a11 costs or crediis that will result directly or
indirectly from use of such subs�itute item, including costs of redesign and Damage
Clairns of other contractars affected by any r�sulting change.
B. Suhstitute Construction Methods or Procedures: If a speci�c means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Docu�nents, Cantractor may
furnish or utilize a subs�itute means, method, technique, sequence, or procedure of construc�ion
appraved by City. Contractor sh.all submit sufficient information to allow City, in City's sole
discretion, to detern�ine that the substitute proposed is equivalent to that expressly called for by
the Coniract Documenis. Contractor sha11 make written application to City for review in the sarne
manner as those provided in Paragraph b.O5.A.2.
C. Cfty s Evaivation: City will be allowed a reasonable tirne within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractar
to funiish additional data abaut the proposed substiiute. City will be the sole judge of acceptability.
No "or-equal" or substitut� will be ordered, installed or utilized un�il Ci�y's re�view is cornplete,
which will be eviden.ced by a Change 4rder in the case o� a substitute and an accepted Submittal
for an "or-equal." City will advise Contractor in writing of its detei�nination.
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 substif�te. Contractor shall
indemnify and hold harmless City and anyone directly or indir�ectly employed by them fram arad
against any and aIl claims, dartxages, losses and expenses (including attorneys fees) arising out af
the use of substituted materials or equipment.
E. City's Cost Reirrabursement: City will recard City's costs in e�alua#ing a substitute praposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City
approves a substiiute so proposed or subxnztted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substituie. Contractor may also be required to
reimburse City for ihe charges for rnaking changes in the Contract Documents (or in the provisions
of any other direct cont�act with Ci#y) resulting from the acceptance of each propased substitute.
F. Contracto�'s Expense: Confractor shall pro�ide all data in support of any proposed subsfiitute or
"or-equal" at Cant�actor's expense.
CITY OF FORT WOItTH
STAAIDARD CpNSTRUCTI01� SPECIFICATION DOCUMENTS
Revision: March 9, 2020
00 72 00 - 1
GENERAL CONDI710NS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a subs�itute
shall be incarporated tv the Contract by Change Order.
H. �i�ne Extensions: Na additional tirne will be granted for substitutians.
6.06 Concerning Subcontractars, Suppliers, and Other^s
A. Contractor shall pe�'orm with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approvec! by the City.
B. Cantractor shall not employ any Subcontractor, Supplier, or oth.er individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor sha11
not be required to employ any �ubcont�actor, Supplier, or other individual or enrity to fi�rnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to Ciiy as indicated in Paragraph 6.OG.C}.
C. The City rnay from time to time require the us� of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Ente�prise Corjxpliance: It is City policy to ensure the full and equitable
participation by Minoriiy Business Enterprises (MBE) in the procuremen� of goods and services
on a contractua� basis. If the Contract Documents provide for a MBE goa1, Contractor is required
to comply wiih 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 Contracfi and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE without
�vritten consent of the City. Any unjustified change or deletion shall be a material breach of
Contract azad zn.ay result in debarment in accordance wi�h the procedures ouilined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or exarnination of azay books, records,
or files in the possession o� the Contractor that will substantiate the actual work perforrned by
an MBE. Material misrepresentafiion of any naiure will be grounds for iernvnation of the
Contract in accordance with Paragraph 15.02.A. Ariy sucl� misrepresentation may be grounds
for disqualzfication of Contractor to bid on future contracts with the City for a period of
not less tl�an three years.
E. Contractor shall be fu11y responsible to City for a11 acts and omissions of the Subconiractors,
Suppliers, and other individuals or entities perfoiming or fiarnis�iing any of the Work just as
Contractor is responsible far Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONS'['RUCTION SPECII'ICATiON DOCUMENTS
Revision: Mam1�9,2020
0072DO-1
GENERAL CONDITIONS
Page 25 af 63
1. sha11 create for the benefit of any such Subcontractor, Supplier, or other individual or eniity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. sha11 create any obligation an the part of City to pay or to see to the payrnent of any moneys
due any such Subcon�ractor, Supplier, or oiher individual or entity except as may otherwise be
required by Laws and Regulations.
F. Contractar sha11 be solely responsible for scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or �nt�iies perfornung or fi�rnishing any of the Work under a direc�
or indirect contract witli Contractor.
G. All Subcontractars, Suppliers, and such ather inciividuals or entities performing or furnishing any
of the Wark sha11 comrnunicate with Ciry throug�i Contractor.
H. All Work perfornxed for Contractor by a Subcantractor or Supplier wili be pursuant to an
apprapriate agreement between Contractor and the Subcontractor or Supplier which speci�cally
binds the Subcontractor or Supplier to the applicable terms azad conditions af the Contract
Documents �or the benefit af Ciiy.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor sha11 comply with all requirements oi
Chapter 2258, Texas Government Code (as amended), including the payrnent of not less than the
rates detern�ined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accardance with Chap�er 2258. �uch prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violaiion. A Contractor or any Subcontractor wha does not pay t1�e prevaiiing wage
sha11, upan demand made by the City, pay to the City $60 for each worker ernployed 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 reta�ined by the Ciiy to offset its admiii�strative
costs, pursua�t to Texas Gover�nent Code 2258.023.
C. Complaints of Violations and City Deter�mination of Gooa' Cause. On receipt of inforz�nation,
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 iniiial
deiernunation, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the vialatian occurred. The City shall natify in writing the
Contractor or Subcontractor and any affected warker of its initial determination. Upon the City's
determination that there is good cause to believe #he 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 successzve progress payments pending a final deter�ninatian of the violatian.
CITY OF FdRT WORTH
STANDATtDCONSTRUCTION SPECIFICATION DOCUMEI�TS
Revision: Marc1�9,2020
007200-I
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Yiolation Not Resolved. An issue relating to an allegad violation of �ection
2258.423, Texas Government Code, including a penalty owed to the City or an affected warker,
shall be submitted io binding arbitration in accordance with the Texas Genegal Arbitration Act
(Article 224 et seq., Revised Statutes} if the Caniractor or Subcontractor and any affected worker
does not resolve the issue by agreement before the 15th day after the date the City makes its uutial
determina�ion pursuant to Paragraph C above. If the persons required to arbitrate under this
section do z�ot agree on an arbztratar before the l lth day after the date that arbitration is required,
a district coua-t shall appaint an arbitrator on the petition of any of the persons. The City is nat a
party in the arbitration. The decision and award of the arbitrator is final and binding on all pariies
and may be en£orced iz� any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years folZowing the date of accepiance of the work, maintaan 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) tlie actual per diern wages paid to each worker. The records shall be
open at ali reasonab�e hours for inspection by the Ciry. The provisions of Faragraph b.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractar sha11 submit an affidavit stating thai the Contracfor has complied with the requirements
of Chapter 2258, Texas Govez�arment Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcont�actor Compliance. Th.e Contractor shail include in its suhcontracts and/or shall
otherwise require a11 of its Subconiractors to comply t�vith Parag�'aphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay aIl license fees and royalties and assume all costs incident to �ie 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, desigzx, process, product, or device is specified in the Cantract Docurnents for use in the
perfarmance oithe Work an� ii, to the actual knowledge of City, iis 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 discIase such
in%rmation does not relieve the Contractor from its obliga�ions to pay for the use of said fees or
royalties to others.
B. To the fullest �tent perntitted by Lqws and Regulations, Cont►-actor shall indernnify and hold
harnaless City, from and against all claims, costs, losses, and dafnages (including but not Iimited
to all fees and charges of engineers, architects, attorneys, and other professionals and all cou�t
o� a�-bitration or other clispute resolutiora costs) arising out of ar relating to any infringement of
patent rights or copyrights incident to the use in the performance of the WoNk or t�esulting f�om
CITY OF FORT WORTH
STANDARD C4NSTRUCTION SPECIFICATION DdCUMEI+lTS
Revision: Mazr,l� 9, 2D20
00 72 00 - 1
GENERAI. CONDITIONS
1'age 27 of 63
the incorporation ira the Work of any invention, design, process, praduct, or device not specified
in the Contract Docunzents.
6.09 Permits and Utilities
A. Cantracior obtairaed pe�nits and licenses. Contractor shall obtain and pay for all construction
pez�mits and licenses except those provided for in the Supplementary Conditions or Coniract
Documents. City shall assist Contractor, when necessary, in obtaining such pernuts and licenses.
Contractor shall pay all govertunental charges and inspection fees necessary for the prosecution o�
the Work which are applicable at the time of opening af Bids, or, if there are no Bids, on the
Effective Date of the Agreement, e�cept for pernuts provided by the City as specified in 6.09.B.
City sha11 pay all charges of utility owners for connections for providing permanent service ta the
Work.
B. City obtained pernxits and licenses. City will obtain and pay for ali permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractvr's
responsibility to cariy out the provisions of the permit. If the Contractor initiates chan�es to the
Contraci and the Ciry approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatary agency. The City will not reimburse the
Contractor for any cost associated with these requirernents of any City acquired pernut. The
following are permits the City wi11 obtain if required:
1. Texas Department of Transporta.tion 1'ernlits
2. U.S. Army Corps of Engineers Pern�its
3. Texas Commission on Envirormnental Qnality Permits
4. Railroad Company Permits
C. Outstanding perrnits and licerases. The City anticipates acquisition of and/or access to permiis
and licenses. Any outstanding permits and licenses are anticipated ta be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordar�ce with the Cor�tract Documents must consider any outstanding permits
and licenses.
b.10 Laws and Regulations
A. Contractor shall give a11 notices required by and sha11 cornply with all Laws and Regulations
applicab�e ta tkie perFormance o� the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for rnonitoring 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 lirnited
to alI fees and charges of engineers, architects, attorneys, and other prafessianals and all
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPEC�'ICATION DOCUMENTS
Revisian: Mazr1i9,2020
oo�aoo-�
GENERAL CONDITIONS
Page 28 of 63
court or arbi#ration or other dispute resolution costs} arising out of or relating to such Work.
However, it sha11 not be Contractor's responsibility to make certain that the Specif cations and
Drawings are in accordance wi�h Laws and Regulations, but this shail not relieve Contrac�or 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 pez�£ormance of the Work may be the subj ect of an adjusiment in Confracf Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Taac Code, Subchapter H, Secrions 151.301-335 (as amended), the Confractor may purchase,
rent or lease a11 materials, supplies and equipment used ar consumed in the perFormance of this
contract by issuing to his supplier an exemption certificate in lieu of ihe tax, said exemption
certificate to cornpIy with State Camptralter's Ruling .007. Any such exernption certificate issued
to the Contractor in lieu of the tax shall be subject to a�d shall comply with the provision of State
Comptro�ler's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax pernuts and information may be obtained from:
1. Comptroiler o� Public Accaunts
Sales Ta�c Division
Capitol S�ation
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
612 Use ofSite and OtherAreas
A. Limitation on Use ofSite and OtherA�-eas:
Contractor sha11 confine construction equipment, the storage of materials and equipment, and
t�ie aperations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not u�reasonably encurnber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume fia11 responsibility for any daz�nage to any such
land or area, or to the owner or occupant thereof, or of any adjacent Zand or areas resulting
from the performance of the Woxk.
2. At any tinne when, in the judg�nent of the City, th� Contractor has obstructed. or closed or is
carrying on operations in a portion of a street, r�glii-of-way, or easement greater than is
necessary for proper execurion of the Work, the City may require the Contractor to fuush the
section on which operations are in prog�ess before work is commenced on. any additional
area of the Si#e.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S
Revision: Ma�h9,202U
00 �a oo - i
GENERAL CONDITIONS
Page 24 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 6.2I, Contractor shall inderixnify and hold ha�naless City, from and
against all clairr�s, casts, losses, and damages arising out of or Yelating to any claim or action,
legal ot� equitable, brought by any such owner or occuparct against City.
B. Removal of Debt-is During Perf'ormance of the Work: During the progress of the Work
Contractor shall keep the Site and other ar�as free from accumulations of waste materials, rubbish,
and ather debris. RemovaI and disposal of such waste materials, rubbish, and other debris sha11
conform to applicable Laws and Regulations.
C. Site Maintenarace Clearairag: 24 hours aft�r written notice is given to the Cantractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contracior fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appxopriate to correct the clean-up deficiencies ciied to the Contractor in ihe written notice
(by letter or electronic communication), and the costs of such direct action, plus 25 % of such
costa, sha11 be deducted frorn the monies due or to become due to the Contractar.
D. Firaal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilizatian by City or adjacent property owner. At the caxx�pletion
of the Work Contractor sha11 rernove from the Site all tools, appliances, construction equipment
and machinezy, and surplus materials and sha11 restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor sha11 not load nor pernzit any part of any st�ucture ta be loaded
in any manner that wil� endanger the structure, nox shall Contractor subject any part of the Waarlc
or adjacent property to stresses or pressures that will endanger it.
6.13 Recard Doc�snaents
A. Contractor shall rnaintain in a safe place at the Site ar in a place designated by the Contrac#ar 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 arder and annotated to
show changes made during construction. These recard documents together with a�l appraved
Samples and a counterpart of all accepted Submittals wi11 be available ia City for reference. Upon
cample�ion of the Work, these xecord documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shali include accurate
locations for buried and imbedded items.
6.14 Safety and Protectian
A. Coniractor sha11 be solely rssponsible for initiating, maintaining and super�ising all safety
precautions and programs in coz�nect�on with the Work. Such responsibility does not relieve
Subcontractors of thair responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulaiions. Contractor shall
CITY OF FORT W ORTH
STANDi�RD CONSTRUCTION SPECIFICATIOI�I DOCUMENTS
Revision: Mmrli 9, 202A
oo�aao-�
G�NERAL CONDITIONS
Page 30 of 63
take all necessary precautions for the safety of, and sha11 pxovide the necessary pratection to
prevent damage, injury or Ioss to:
1. alI persons on the Site or vvho rnay be affected by the V�7ark;
2. a11 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 ar adjacent thereto, inciuding trees, shrubs, lawns, walks,
pavernents, roadways, structures, utilities, and Underground Facilities not desigiated for
removal, reiocation, or replacement in the course of construction.
B. Contractor shall comply with alI applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or lass; and
shall erect and maintain all necessazy safeguards for such safety and protection. Contractor sha1�
notify owners af adjacent property and of Undergroruid Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation�, azxcl. replacement of their property.
C. Caniractor shatl comply with the applicable requirern�nts of City's safety programs, if any.
D. Contractor sha11 inform City of the specific requirements of Contractor's safety pxogram, if any,
with which City's employees and representatives must comply while at the Site.
E. AIl damage, injury, or loss to any pro�erty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly ar inclirectly, in whole or in part, by Contractor, any Subcontractar, �upplier, or any other
individual or entity directly or indirectly ernployed by any of them to perform a�y of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractar's duties and responsibilities for safety and for protection of the Work shall continue
untii such iune as all the Work is completed and City h.as accepted �he Work.
6.15 Safety Representative
Contractor shall inform City in writing of Contractar's designated safety representative at fhe Site.
6.15 Hazctrd Communication Prog�-ams
Contractor shall be responsible far coordinating any exchange of rnaterial safety data sheets or other
hazard comrnunication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In ernergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractar is obligated to act to pxevent threatened damage, injury, or Ioss.
Coniractor shall give City prompt written notice if Contractor believes that any significant
CI'CY OF FORT WORTH
STt1NDARD CONSTRUCTION SPECIFICATIOIV DOGUMENT$
Revision: Mateh 9, 2020
00 72 O(S - I
CaENERAI. CaNDITIONS
Page 3 L of 63
c�ianges in the Work or variations from the Contract Documents ha�e been caused thereby or are
required as a result thereof If City determin�s that a change in the Contract Documenis is required
because of the action taken by Contractor in response to such an emergency, a Change 4rder may
be issued.
B. Should the Contractor fail to respond to a request frorn 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 natice that such work or changes are to be performed.
The written notice shall direct atteniion to the discrepant condition and request the Contractor to
take remedial actian to correct the condi�ion. �n the event the Contractor does not take positive
steps to fulfill this written request, or does nat show just cause for not taking the proper action,
witliin 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the ent�re costs for such remedial action, plus 25%, from any
funds due or become due the Conteactor on the Project.
6.18 Suhrnittals
A. Contractor sha�i submit required Submittals ta City for review and acceptance in accordance
with the accepted Schedule of Subanittals (as required by Paragraph 2.07). Each submittal will E�e
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals vvi11 be complete with respact to quantities, dimensions, specified
perfarmance and design criteria, materials, and sizr�ilar data to show City the services,
rnaterials, and equipment Contractor propases to provide and to enable City to review the
information for the limited purposes required by Paragraph 6.18.C.
3. Submittals subirutted as herein provided by Contractor and reviewed by City for
conformance with the design concept sha11 be executed in conform3ty with ihe Contrac�
Documents unless atherwise required by Ciiy.
4. When Submittals are submitted For the purpnse of showing th� installation in greater detail,
their review sha11 not excuse Contrac�or from requirements shown on the Drawings and
�pecifications.
5. For-Infarmation-Only submittals upon which the City is not expecte� to conduct review or
take responsive action may be so identi�ed in the Contract Documents.
6. Submit required nuanber of Samples specified in the Specifications.
7. Clearly identify each Sample as ta material, Sup�lier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.1 S.C.
CI7'Y OF FORT WORTH
STF.NDARD CONSTRUCTION SPEC�'ICA1`ION DOCUMENTS
Revision: Ma�r1i9,2020
oo7zoo-i
G�NERAL CaNDITlONS
Page 32 of 63
B. Where a Subrnittal is required by the Contract Documents or the Schedule of Submittals, any
related Work per£ormed pxior to City's review and acceptance of the pertinent subrnittal wiIl be
at the sole expense and responsibility of Contractor.
C. City's Review:
l. City will provide tunely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only io determine if the
items covered by the submittals will, after it�stallation or incorporation i�n the Work, conform
to the information given in the Contract Documents and be compatible wi�1i the design concept
of the completed Projact as a iunctioning whQle as indicated by the Contract Docu�nents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particu�ax 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 wi11 not indicate approval of the assembly in which the item
�unctions.
3. City's review and acceptance shall not relieve Contractor from responsibility fox any
variation fro�xa the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has grven written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Subnr�ttal. City's review and acceptance sha11 not relieve Contractor frorri responsibility for
complying with the requirernents of the Contract Dacurnenis.
6.19 Continuing the Work
E�cept as otherwise provided, Contracfor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be d�layed or postponed pending
resolution of any disputes or disagreements, except as City and. Contractox may otherwise agree in
wri#ing.
6.20 Contractor's Gene�al War�-anty and Gua�-antee
A. Contractor warrants and guarantees to City that a11 Work will be in accorda�nce with the Contract
Docum.ents and will nat be defective. City and its officers, directors, me�nbers, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractar's warranfy and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or irnprop�r maintenance or operation by parsons other than Contractor,
Subcontraciors, Suppliers, or any other individual or entity for whorn Contaractor is
responsible; or
G1TY OF FORT WORTH
STANIIARD CONSTRUCTION SPECIFICATION DOCUMBNTS
Revision: Mareh9,2020
00 72 00 -1
GENERAL CONDITIONS
Page 33 of 63
2. narmal wea�r and tear under normal usage.
C. Contractor's obligation to pez-form az�d complete the Woxk in accordance with the Contract
Documents sha11 be absolute. None of thc following wi11 conshtute 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 accardance with the Coniract Dacuments:
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 payrnent related tliereto 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, tes�, ar approval by others; or
7. any cozrection of defective Work by City.
D. The Conteactor 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, comp�ying with the requirements of Article
S.Q2.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor cavenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its offcers, servants and employees, from and against any and all claims
arising ouf of, or alleged to arise out of, the work and services to be perFormed by the
Contractor, its of�cers, agents, emplayees, subcantractars, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICA�.LY LNTF,1d�DF,i� TO
OPF.RATE A�iTD RF FFF.F.CTiVF FVFN TF TT iS AI,i,F[TFD OR P OVFN T AT LL•
OR SOMF OF THE DAMACES RF.ili'G SnUGHT WF.RF, CAUSEn. iN WHOLE OR I1�T
PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnify
provision is intended #o include, without Iimitatian, indemnity for costs, expenses and legal
fees incurrecl by the City in defending against such claims and causes of actions.
B. Confractor co�enants and agrees to indemnify and hold harmless, at its own expense, the City,
its of�cers, servants anc� emplayees, from and against any and all loss, damage or destruction
of property of the City, arising aut of, or alleged to arise out of, the worl� and services to be
perforraed by the Contractor, its offcers, agenfs, employees, subcontractors, licensees or
invitees under this Contract. THIS NiIF.MNiFI AT�C}N PROVISInN i
CITY OF FORT WORTH
STANDARD COMSTRUCTION SPECIFICATION DQCUMENTS
Revision; Ma�h 9, 7.U20
oo�zoo-�
GENERAL GONDITI4NS
Page 34 of 63
' �\ � 1 1 i 1 � �� 0 \! i `� �� � \
1 ��'► i� \ �� 1�_ U � 1 �- j. l/ . i �\ 1 � �
�' 1 1 �' I ''' � _�.U_ 1 1__ � i'
► ► 1 .I
6.22 Delegution of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
spacifically required by ihe Contract Documents for a portion of �he Work or unless such services
are required to carry out Contractor's responsibilities for constaruction 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 Documenfs, City
will spacify all performance and design criteria that such services must satisfy. Contractor shalI
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on a11 drawings, calculations, specification.s, certificarions, and
Subnaittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such prafessional's written approval when
submitted to City.
C. City shall be entitled to rely upQn �he 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 s�ch services znust satis�y.
D. Pursuant to tIais Paragraph 6.22, City's review and acceptance oi design calculations and design
drawings will be only far the iimited �urpose af checking for confortnance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's revi�ew
and acceptance of Submittals (except design calculations and design drawings) wili be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the Ciiy shall, �ntil fihe expiration oi three (3) years after fina�
payment under this Cnntract, have access to and the right to examine and phaiocopy any directly
pertinent books, documents, papers, and records of the Contrac#or invalving iransactions relating
to this Contract. Contractor agrees that the City shall have access during Regulax Working Hours
to alZ necessary Contractor facilities and sha11 be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this �'aragraph. The City shalI
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 shali, until the expiration of three (3) years aiier final
payment under this Contract, have access to and the right to exarnine and photocopy any direct�y
pertin�nt books, docurnents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shalI have access durin.g Regular Woxking Hours to all
CITY OF FORT WOATH
STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS
Revision: Matrli9,2p20
007200-1
GENERA� CONDITIONS
Page 35 of 63
Subcontractor facilities, and sl�all be provided adequate and appropriate work space in order to
canduct audits in compliance with the provisions of ihis Paragraph. The City shall give
Subcontractor reasonahle advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such docurnents 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 o�tbe �une copying is pez�£ormed.
6.24 Nondiscrirtxinution
A. The City is responsible for operating Public Transportation Programs and iz�nplementing transit-
related projects, which are funded in part with Federal fmancial assistance awarded by tlie U.S.
Department of Transportation and the Federal Transit Adrninistration (FTA}, without
discriminating againsi any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 198� as amended: Contractor shall cornply with ihe requiremenis of
the Act and the Regulations as fizrt.�er definec� in the Supplementary Conditions for any project
receiving Fedexal assistance.
ARTICLE 7— 4THER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform ather work related to the Praject at the Site with City's employees, ar 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 tlie Contract Documents, then wz-itten not�ce thereaf
will be given to Cantractor prior ta starting any such ather work; and
B. Contractor sha11 afford each other contractor who is a party to such a direct contract, each utitity
owner, and City, if City is perfo�ing other work with City's emplayees or other City contractars,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the exec�tion of such other work, and properly coordinate the
Woark with theirs. Cont�actor shall do a11 cutting, ftting, and patching of the Work that may be
required to properly connect or otherwise make its se�eral parts come together and properly
integrate with such other work. Contractor shall not endanger any work of othexs by cutting,
excavating, or otherwise altering such wark; provided, however, that Contractor may cut or alier
others` work with the written cons�nt of City and thc others whose v�rork wi11 be affected.
C. If the praper execution or results of any part of Coniractor's Work depends upon work perfor�rr�ed
by athers utader this Article 7, Contractar sha11 inspect such otl�er wark and promptly report to
City in writing any delays, defects, or deficiencies in such o�er work that render it unavailable
or unsuitable for the proper execution and results of Contractar's Work. Con#ractar's failu�re to so
re�ort will canstitute an acceptance of such other work as f t and proper for integration with
Contractor's Work except far lateni defects in the work provided by others.
CITY OF FOAT WORTH
STANDARDCONSTRUCTION SPECIFICAT[QN AOCUMBNTS
Revision: Me� 9, 2(F20
aonao-i
GEN�RAL CpNDITIONS
Page 36 of 63
7.02 Coardinatian
A. If City intends to contrac# with others for the performance of other work an the Project at the
Siie, the following wi11 be set forth in Supplementary Conditians:
1. the individual ar entity who will have authority and responsibility for cooxdination of the
activities among the variaus con�ractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. fhe extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in t1�e Supplementary Conditions, City shall ha�e authority %r such
coordination.
ARTICLE 8 — CITY'S RESPONSISILITIES
$.01 Communications to Cont�actor
Except as otherwise provided in the Supplementary Conditions, City shalI issue all comrnunications
to Contractor.
8.02 Furraish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall nnake payments to Contractor in accordance with Article 1�4.
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
concliiions and drawings of physical conditions relating to existing surface or subsuz�face structures at
oz' con�tiguous to the Site that have been utilized by City in preparing the Contract Documents.
8.05 Change Orders
City sha11 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.
CTI'Y OF FOAT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOGUMENTS
Revisian: IVla�h 9, 202(}
007200-1
GENERAL CONDITI4NS
Page 37 of 63
8.47 Limitataons ora City's Respansibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or �rocedures of construct�an, or the safety
precau�ions and pragrams incident thereto, or for any failure of Contractor to camply with Laws
and Regulations applicable to the performance of the Work. City will not be respo�asible for
Cantractor's failure to pe�£orm the Work in accordance with the Caniract Documents.
B. City will notify the Contractor oi applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed I�azardous Environmental Condition
City's responsibility with respect to az�. undisclased Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.49 Compliarace with Safety Progpana
While at the Site, City's employees and representatives sha.11 comply with the sp�crfic applicable
requirements of Contractor's safety programs of which City has been it�formed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING C4NSTRUCTI4N
9.01 City's Project Manager
City will provi.de one ar more Froject Mazlager{s) during the canstruction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construciion are set
forth in ihe Contract Documents. The City's Project Manager far this Contract is identified in the
Supplementary Canditions.
9.02 Visits to Site
A. City's Project Manager will make �isits to the Site at intervals appropriate to the various stages
of construciion as City deems necessary in order to observe the progress that has been made and
the quality of tY�e various aspects of Cantractor's executed Wogk. Based on infarmatian
obtained during such �isits and observaiions, City's Project Manager wili deternline, in general, if
the Worlc is proceeding in accordance with the Contract Documents. City's Project Manager will
not be required to make ea�haustive or continuous inspections on the Site to check the quality ar
quantity of the Work. City's Project Manager's efforts will be directed toward providing Ciiy a
greater degree of confidence that the completed Work will confanx� generally ta the Contract
Documents.
B. City's Project Manag�r's visits and obs�rvations are subject to all the limitations on authority and
responsibility in the Contxact Documents including those set forth in Paragraph
8.07.
CITY OF FORT W4ATH
STANDATiD CONSTRUCTION SPECIFICATIOlv DOCUIvIENTS
Revision; MturJi 9, 202(}
00 �z oo - i
GENERAL CaND171QN5
Page 38 of 63
9.03 Authorized Yariations in Work
City's Project Manager may authorize muinox variations in the Work from the requirernents of the
Con�ract Documents which do not involve an adjustment in the Contract Price or the Contraci Time
and are compatible with the design concept of �he campleted Project as a functioning whole as
indicated by the Cont�act Documents. These may be accomplished by a Field Order and vvill be
binding on City and also on Contractor, who shall perForm the Wark invoived promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Projact Manager believes to be defective, or wiil
not produce a completed Project that con%rms to the Contract Documents or that wi11 prejudice the
integrity of t1�e design concept of the complexed Praject as a functioning whole as ind.icated by the
Contract Documents. City will nave authority to conduct special inspection or testing of the Wark as
provided in Article 13, whether or not the Work is fabricated, installed, or compleied.
9.05 Deterrrainations for Work PerfoYmed
Contractor wiil deterinine the actual quantifies and classifications oi Work performed. City's Project
Manager will review with Contractar the prelirninary deternunations on such matters before rendering
a written recomrnendation. City's written decision will be imal (except as modified to reflect changed
factual conditions or nnoxe accurate data}.
9.06 Decisians on Requtrements of Cont�act Documents and Acceptabidity of Work
A. City will be the uutial interpreter of the requirements of the Coniract Documents anc� judge oi the
acceptability of the Work thereunder.
B. City wili render a written decision on any issue referred.
C. City's vvritten decision on the issue referred will be fmal and binding on the Contractor, subject
to the provisions of 1'aragraph 10.06.
ARTICLE 10 �- CIIANGES lN 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 oi such Extra Work, Contractor sha11 promptly
praceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specificaliy provided). Extra Work shall be
znexno�aIized by a Change Order which may or may not precede an order of E�tra work.
B. For minor chang�s of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITX OF FOR'I' WORTI�
STANDAKDCON5TitCICTIdN SPECIFICATIONDOCUMENTS
Revision: Mazch 9, 2D20
0072D0-1
GENERAL CONDITIaNS
Page 39 of63
10.02 Unauthorized Changes in the Work
Coniractor shall not be entitled to an increase in the Contract Price or an extension of tlie Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Faragraph 3.04, except in the case of an exnexgency as
provided in Paragraph 6.17.
T 0.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders co�ering:
�. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required
because ai 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 Tirne which are agreed to by the parties, including
any undisputed sum or amount of time for Wark actually perfarrz�ed.
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 Contractar shall proceed with the work after
making written rec�uest for written orders and shall keep accurate account of the actual reasonable
cast thereof. Contract Claims regarding Extra Work s1�a11 be made pursuant to Paragraph 10.06.
B. The Coniracior shall funlish the City sucb instaFlation records of all deviatians from the original
Contract Documen�s as znay be n.ecessary to enable tlie City to prepare for permanent record a
corrected set of plans showing the act�al installation.
C. The cornpensation agreed upon for Extra Work wheiher or not iniiiated by a Change Order shall
be a full, complete and final payment for alI cos�s Cont�actor incurs as a result or relating to the
change or Extra Work, wheiher said costs are known, unknown, foreseen or unforeseen at that
tim.e, incluci�ng without lunitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged worl� as a result of the char�ge or Extra Wark.
10.05 Notificatian to Surety
If the pravisions o£ any bond require notice to be given to a surety of any change affecting the general
scope of the Work or the provisions of t1�e Contract Doct�ments (including, but not Iimited �o,
Contract Price or Contract Time}, the giving of any such notice will be Contractor's responsibility.
The aznauz�t o#� each applicable bond will be adjusted by the Coniractor to reflect the effect of any
such change.
C1TY O�' �'ORT WORTH
STANDA.RD CONSTRUCTION SPECIFICATIOI�T DOCiJMENTS
Re�ision: Mazeh9,2020
ao �z oo - i
GENERAL CONDITiONS
Page 40 af 63
10.06 Contract Claifn,s Process
A. City s Decision Required: All Contract Ciairns, except ihose waived pur�uant to Pa�'agt'aph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Docurnents or by Laws and Regularions in respect of such Contract Claims.
B. Notice:
1. Wr�tten notice stating the general nature af each Contract Claim shall be delivered by the
Contractar to City no later than 15 days after the start of the event giving rise �hereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Cantract
Claim.
2. Notice of ihe amount or extent of the Contract Claim, with supporting daia shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows addifional time for Cantractar to submit additianal or more accurate data in support of
such Contract CIaim}.
3. A Contract Ctaim for an adjustment in Con�ract Price shall be prepared in accordance with
the provisians of Paragraph 12.01.
4. A Contract Claim for an adjustrnent in Con�ract Time sha11 be prepared in accordance with
the provisions of Paragraph 12.02.
Each Confract Claim shall be accompanied by Coniractar's written staternent that the
adjustrnent 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 receip� of the
claimant's Iast subrnittal (iu�less Contract alfo�vs additional time).
C. City's Action: City will review each Contract Claim and, within 30 days afte�r receipt of the last
submittal of the Contractor, if any, take one of tlie following actions in writing:
1. deny the Contract Clairn in whole or in part;
2. approve ihe Contract Claim; or
notify the Contractox 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 sa For purposes of further
rasolution of the Contract C1aim, such notice shall be deemed a deniat.
CITY OF FORT WOIZTH
STANDAKD COATSTRUCTION SPECIFICATION DOCUMENTS
Revision: Mmr1�9,2020
007200-1
GENERAL CdNDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 wi11 be final and binding, unl�ss City or
Con�ractor invoke the dispute xesolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Cantract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accardance with thi s Paragraph 10.06.
ARTICLE 11— COST 4F THE W4RK; ALL4WAl�TCES; UNIT PRICE W�RK; PLANS
QUAI+TTITY MEASUREMENT
ll.O1 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of a11 costs, except those excluded in
Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of ar�y Work covexed by a Change Order, the costs to be reimbursed to
Contractor �vill be or�ly those additional or incremental costs required because af the change in the
Work. �uch costs shall not include any of the costs itemized in Paragraph 11.01.B, and sha11
include but not be limited to the following items:
Payroll costs for emplayees in the direct employ of Contractor in the perFormance af the
Work under schedules of job classi�cations agreed upon by City and Contracior. Such
employees shall include, without limitation, superintendents, faremen, and other personnel
employed full time on the Work. Payroll costs for ernployees not ernployed full rirne on the
Work shall be apportioaned on the basis of their time spent on the Work. Payroll co�ts shall
inciuda;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which sha11 include soczal security
contributions, unernployment, excise, and payroll t�es, workers' cornpensatian, health
and ret�re�ment benefits, bonuses, �ick lea�e, vacation and holiday pay applicable ihereto.
The expenses of perfarining Wark outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall b� included in the above to the extent authorized
by City.
2. Cost of all rnaterials and equipment fiirnished and incorporated in the Work, including costs
of iransportat�on and storage thereof, and Suppliers' �eld servic�s rec�uired in connection
therewith.
3. Rentals of aIl conshuction equipment and machinery, and tlie parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by Ciry, and the
costs of transportation, loading, u�nlaadizxg, assembly, dismantling, and removal thereo£ All
such cosis shalI be in accordance with the terms oi said rental agreements. The rental of any
such equipment, machinery, ar parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STAIVDARD COATSTRUCTION SPECIFICATION DOCi.JMENTS
Revision: Mmrli 9, 202d
oa�zoo-�
GENERAL C4NDITIONS
Page 42 of 63
4. Pa�nenis made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by Ciry, Contractor sha11 obtain competitive bids from subcontractors acceptable to
City and Cantractor and shall deliver such bids to City, who will fhen deterinine, which bids,
if any, will be acceptable. If any subcon�ract provi�des that the S�bcon�ractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee sha11
be determined in �he same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consuItants (including but not Iirnited to engineers, architects, testing
Iaboratories, surveyors, attorneys, and acco�iants) employed for services specifically related
to the Work.
6. Supplernental costs including the following:
a. The proportion af necessary transportation, fravel, and subsistence expenses af
Cont�actor's employees incurred in clischarge of dut�es connec�ed with the Work.
b. Cost, including transportation az�d nnaintenance, of all materiats, supplies, equipmezit,
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 eonsumed which remain the property of
Contractar.
c. Sales, consumer, us�, and other similar taxes reIated to the Work, and far which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits last for causes other than negligence of Contractor, any Subconfractor, or
anyone directly or indirectly employed by any of them or for whos� acts any of them may
be liable, and royalty payments and fees for pernuts and Iicenses.
e. Losses and damages (and related expenses) caused by damage to t.�ie Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
pez-£ormance of the Work, provided such losses and damages have resulted from causes
ott�er than the negligence ofContractor, any Subcontractor, or anyone direct�y or indirectly
employed by any af them or for whose acts any of fhem may be liable. Such losses sha11
include settlements made witli the writ�en cons�nt and approval of City. No such Iosses,
darnages, and expenses sha11 be included in the Cost o� the Work for the purpose af
determini�ig Coniractor's fee.
f. The cost of utilities, fuel, and sa.nitary facilities at the Siie.
g. Minar expenses such as telegrams, long distance telephone calls, telephone and
communication services at the �ite, expxess and courier services, and simiiar petty cash
items in cox�n:ection with the Wark,
CITY OF FORT WORTH
STANDARD CONS'TRUCTION SPECIFICATIOH DOCUMENTS
Revision: M�fi9,2029
oa �a oo - i
GENERAL C4NDITIONS
Page 43 pf 63
h. T'h� costs oipremiums far all bonds and insurance Contiractor is required by the Con�ract
Documents to purchase and;naintain.
B. Costs Excluded: The term Cost of the Work sha11 not include any of the following items:
Payroll casts a�d other compensation af Cantractor's afficers, executives, principals (of
partnerships and sole proprietorships), general managers, saFety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purcha�ing and con�racting agents,
e�pediters, tirriekeepers, clerks, and other personnel emp�oyed by Contractor, whether at the
Site or in Contractor's principal or branch off ce for general adininistra�ion of the Wark and
not specificalIy included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.O1.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 oiher than Contractar's of�ce at the
Site.
Any part af Contractor's capital expenses, including interes� on Contractor's capital
ernployed for the Work and charges against Cont�actor for delinquent payments.
4. Costs due to the negligence of Cant�'actor, any Subcontractor, or anyone direc�ly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, ti�e correctian af defecti�e Work, disposal af materials or equipment wrongly
su�plied, and making good any damag� to property.
5. Other overhead or general expense costs of any kind.
C. Cont�^actor's Fee: When all the Work is periarmed an the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the vaIu� of any Work covered by a
Change Order for an adjustment in Contract �'�rice is determined on the basis of Cost of ihe
Work, Contrac�or's fee shall be determined as set forth in Paragraph 12.O1.C.
D. Documentation: Whene�er the Cost of the Work for any purpose is ta be detennined pursuant to
Paragraphs 11.01.A and 1 LO1.B, Contractar will estabiish az�d zn.aintain records thereof in
accordance with generally accepted accounting practices and submit in a farm acceptable ta City
an itemized cost breakdown together with supporting data.
11.02 Allowcances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price a11
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such surns and by such persons or entities as may be acceptable to City.
B. Pre-bid Allawances:
1. Contractor agrees that:
CITY �F FORT WORT�I
STANDARD C�NSTRUC7'I4N SPECiFICATION DOCUMENTS
Revision: March9,202D
oo�zoo-i
GENERAL CpNb1710NS
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, Iabor, insiallation, overhead,
pro�t, and oiher expenses contemplated for the pre-bid allowances have been included in
the aliawances, azxd no demand for additional payment on accoun# of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, ii any, is for the soIe use
of Cxty.
D. Prior to final paymenfi, an appropriate Change Order wiIl be issued to refleci actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
� 1.03 Unit P�-ice Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price wili be deemed to include for all Unit Price Work an amaunt equal to
ihe surn of the unit price far each separately iden�ified item of Unit Price Work times the esiimated
quantity af each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Frice Wark are not guaranteed and are solely for the
purpose of cornparison of Bids and detern�ining an it�itial Contract Price. Determinations of the
actual quan�ities and classif cations of Unit Price Work performed by Contractor wi11 be made by
Ciiy subjact to the provisions o�Paragraph 9.05.
C. Each iuut price will be deemed to include an amaunt considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Con�tract Documents, or xeasonably inferred as rec�uired for a functionally compiete installation,
but not identified in the listing of unit price items sha11 be cansidered incid�ntal to unit price vvork
listed and the cost of incidental �vork included as part of the unii price.
D. Cily may raake an adjustment in the Contract Frice in accordance with Paragraph 22.01 if:
1. the quanfity of any item of Urut Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. tkzere is no cozresponding adjust-ment with respect to any �ther item of Work.
E. Increased or Dec�eased Quantities: The City reserves the right to order Extra Work in
accordance �vith Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantiy change the character of
work under the Contract Documents, the altered work wiIl be paid %r at the Contract unit
price.
ci� oF roRT wox�
STf1NDARD CONSTRUCTION SPECITICATION DOCUMENTS
Revision; Mairli 9, 2020
00 �z oo - i
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quaniities or alterations significantly change the chaz�acter of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be cansidered Extra Work and the Con�ract wi11 be amended
by a Change Order in accordance with Article 12.
4. A significar�t change in the character of work occurs when:
a. the character of work %r 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 quantify of work to be done under any Major Item of the Contract is more than
125% of the origina� quant�ty stated in the Contract, then eitlier party �a the Contract may
request an adjustment to the unit price on the partion of the work that is above 125%.
6. When the quantiiy oi work to b� done under any Major Itern of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjust�nent to the unit price.
11.04 Plans Quantity Measurernent
A. Plans quantiiies may or may not xeprese�t t�e exact quantity of wark performed or material rnoved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantiiies, unless revised by ihe governing Section ox this Article.
B. If the quaz�.t�ty measured as outlined under "Price and Payment Procedures" varies by rnore thar�
25% {or as stipulated under "Price and Payment Procedures" for specxfic �tems) fram the total
estimaied quantity for an individual Item originally shown in the Contract Documents, an
adjusfinent may be made ta the quantity of authorized work done for payment purposes. The party
to the Coniract requesting the adjusi�nent will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity wi11 be
made at the unit price bid for that Itern, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change 4rder, ar ta
correct an error, or to correct az� exz�or on the plaz�s, the plans quantity will be increased or decreased
by the amount involved in ihe changa, and t�ie 25% variance will apply to the new plans quanrity.
D. If the total Contract quan�ity multiplied by the unit price bid for an individuat Item is less than
$250 and the Itexn is not originally a pfans quantity Item, then the Item rnay be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantxty.
CITY O�' �'ORT WaTiTH
STAI+IDARB CONSTRUCTION SPECIFICATION DOCUMEIdTS
Aevision: Mae�h9,2020
ao 7z oo - i
GENERAL COIVDITIONS
Page 46 af 63
E. For callout work or non-site specific Contracts, �he plans quantity rneasurement requirements are
not applicable.
ARTICLE 1� — CHANGE OF CONTRACT PRICE; CHAI�TGE OF COliTTRACT TIME
12.01 Change of Cont�aci 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 ihe Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantiiies of the items involved (subj ect to the provisions
of Paragraph 11.03}; or
Z. where the Wark involved is not covered by unit prices contained in the Contract Documents,
by a xnutually agreed lurrip sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extca Work;
or
3. where the Work involved is not covered by unit prices contained in the Con�ract Docu�ments
and agreement to a lump sum or iu�it price is not reached under Paragraph 12.O1.B.2, on the
basis o�the Cost of the Wark (detennined as provided in Paragraph 11 A1) plus a Contractor's
fee For overhead and profit (d�ternvned as provic�ed in Paragraph 12.Q1.C).
C. Contractor's Fee: The Contractar's additional fee for overhead ar�d profit sha11 be deterinined as
folIows:
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 Woxk:
a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.O1.A.3, the
Contractor's additional fee sha11 be 15 percent except for:
1} rental fees for Cont�actor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5, the Contractar's fee shalI be
fve percent (5%);
1} where ane 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.O1.C.2.a and
12.01.C.2.b is that the Subcontractor wl�o actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARDCONS'I'RUCTIpN SPEGIFICATION DOCUMENTS
Revision: Mazrl� 9, 2D20
oa�aoo-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.O1.A.1 and 11.01.A.2 and that any higher tiex Subcontractar and
Contractor wi11 each be paid a fee of five percent {5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee sha11 be payab�e on the basis af costs itemized under Paragra�hs 11.O1.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to Ciry for any change which results in
a net decrease in cost will be the amount o�tk�e 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 deIay unless tl�e
Extra Work contemplated or claira�ed delay xs shown to be an the critical path oi the Praject
Schedule ar Contractor can s�iow by Critical Path Method analysis how the Extra Work or clairnecl
delay ad�ersely affects the cr�tical path.
1.2.03 Delays
A. Wh�re Con�ractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to de�ay beyond the control of Con�ractor, the Cantract 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 tlle control af Contractor sha11 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 Con�ractor'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
dasnages {including but not limited to all fees and charges af engineers, architects, attorneys, and
other professionals and all court or arbitration ar ather dispute resolution costs) sustained by
Contractor on or in connection wiih any other project or anticipated project.
C. Contractor shall not be entitled to an adjushnent in Contract Price or Contract Time for delays
wifihin the control of Contractor. Delays attributable to and within the control of a�ubcontractor
or Supplier sha11 be deemec� to be delays within the control of Contractor.
D. The Contractor sha11 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 ta be furnished by the City,
CITY OF PORT WORTH
STANDARD CO]�STRl1C'FIQN SPEC[FICATIp�i �OCUMENTS
Revisian: Mazch9,2020
oa �z oo - i
GENERAL CONbITIONS
Page 4$ of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE 4F
DEFECTIVE WOItK
13.02 Notice ofDefecis
Notice of alI defective Work of which City has actual lrnowledge will be given to Coniractor.
Defective Work may be rejected, corrected, or accepted as providec� in this Article 13.
13.42 Access to Work
Ciiy, independent testing laborato�ies, and governmentaI agencies with jurisdictional interests wz1l
have access to tha Site and the Work at reasonable times for their observation, inspection, and tes�ing.
Contractor shall provide them proper aarid safe conditions £ar such access and advise them of
Contxactor's safety procedures and programs so that they may comply th�rewi�h as applicable.
13.03 Tests and Inspeclions
A. Contractor shall give City tin�eZy notice of readiness af the Work for ail required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required.
inspections or tests.
B. If Cont�act Documents, Laws ox Regulations of any public body having jurisdiction require any
of the Work (or part thereo� #o b� inspected, tested, or approved, Contractor sha11 assunr�e full
r�sponsibility for arranging and obtaining such independent inspections, tests, retests or approvals,
pay a11 costs in coxanection therewith, and fiunish City the required certificates af inspection or
approval; excepting, however, those fees specificaIly identified in the Supplementary Conditions
ar any T�xas Department of Licensure and Regulation (TDLR} inspecrions, which shall be paid as
described in the Suppiementary Conditions.
C. Coniractor shall be responsible for a.rranging and abtaining and shail pay all costs in connection
with any inspections, tests, re-tests, or approvals requirec� for City's acceptance of materials or
equipment to be incorparaied in tbe Work; or acceptance of materials, mix designs, or equiprnent
s�bz�uitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, t�sts, re-tests, or approvals sha11 be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Tesiing Lab"} to
perform any inspections or tests ("Testing"} for any part of the Work, as detennined salely by
Cf�.
1. Cify will coordinate such Testing to the extent possible, with Contractor;
2. Shou�d any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
s�milar negative result, the Contractor shall be responsible far paying for any and ail retests.
Contractor's cancellafion without cause af City uutiafied Testing shall ba deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARB CONSTRUCTION SPECIFICATION DbCUMENTS
Revision: M�h9,2020
00 �z oo - i
GEN�RAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Sec�ion 13.03 D shall be paid directly ta the
Testing Lab by Contractor, City will forward a11 invoices for retests io Contractor.
4. If Contractor fails #o pay the Testing Lab, City will not issue �ina1 Pay�xent until the Testing
Lab is paid.
E. If any Work (or the work of others) that is io be inspected, iested, or approved is covered by
Contractor without written con.currence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as pro�ided in Paragraph 13.03.E sha11 be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarcling any retest or iu�voice issued
under Sec�ion 13.03 D.
13.04 Uncovering Wor^k
A. Ii any Work is covered contrary to the Canfract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observa�ion and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected ar
tested by others, Contractor, at City's request, sha11 uncover, expose, or otherwise make a�ailable
for observation, inspection, or testing as Ciiy may require, t1�at portion of the Work in question,
furnishing a11 nec�ssary labor, rnaterial, and equiprnent.
1. �f it is �ound that the uncovered Work is defective, Contractar shall pay all claims, costs,
losses, and damages (mcluding but nat limified to a11 fees and charges of engineers, architects,
attorneys, and other professionals and a11 court or oiher dispute resolution costs} arising o�t of
or relatir�g to such uncovering, expos�ure, observation., inspection, and testing, and of
satisfactory replacement or reconstruction (including but not iirnited to all costs oi repair or
replacement of work of oihers); or City sha11 be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Con�ractor sha.11 stiil be responsible fox all costs associated
with exposing, observing, and testing tl�e defective Work.
2. If the unco�ered Work is noi found to be defective, Contractor sha11 be allowed an increase
in the Cantract P�ice or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacernent, and reconstruction.
13.05 City May Stop the Wo�k
If the Work is defecti�e, or Cantractor fails to supply sufficient skiIled workers or suitable materials
or equipment, or faiis ta perform the Work in such a way that the completed Work wi11 conform to
the Confract Documents, City may order Contractor to stop the Work, or any portion thereof, unt�l #he
cause �or such order has been eliminated; however, this right nf City to stop the Wark shall not give
rise to any duty on the part of City to exercise this right for the benefit of Coniractor, any
C1TY OF FORT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION DOC[JMENI'S
Revision: Mazrh9,202U
oo�aflo-i
G�NERAL CO�fDITIONS
Page SD of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13 A6 Correction or Removal of Defective Work
A. Fromptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable scheduIe, whether or not fabricated, installed, or comp�eted, or, if the Wark has been
rejected by City, remove it from the Project and replace it with Work that is not defecrive.
Contractor shall pay a11 claims, cos�s, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and al�
court or arbit�ation or other dispute resolution costs) arising out of or relating to such correction
or removal (including but nat limited to a11 costs of repair or rep�acement of work of others}.
Fail�are to require the removal of any defective Work snall not constitute acceptance oF such Work.
B. When correcting defective Work under �he terms of this Paragraph 13.46 or Paragraph 13.07,
Contractor shaIl take no action �hat would void or otherwise impaiur City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two {2) years after th� date of Fina1 Acc�ptance (or such longer period of time as may be
prescribed by ihe 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 lanci. or az�eas nnade
available for Contractor's use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6.I O.A is found to be defective, Contractor shall promptly, without cost to City and in
accoxdance with City's written instructions:
1. re�air such defective Iand or areas; ar
2. correct such defective Work; ar
3. if the defective Work has been rejected by City, remove it frorn the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace a�y damage to other Wark, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly cornply r�vith the terms of City's written instructions, or in az�
emergency where delay would cause serious risk of loss or damage, City may have the defec�ive
Work corrected or repaired or znay have the rej ected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited ta all fees and charges af engineers,
architects, attorneys, and other professionaIs and ail co�rt or other dispute resalution costs) arising
out of or relating to such correction or repair or such removal and replacement (including but not
iimited ta all costs af repair or replacement of vvork of others) will be paid by Cantractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN`I'S
Revision: Ma�x9,2{?20
oo�zao-i
GENERAL CON�ITIONS
Page 51 of 63
C. In special circumstances where a particular itenn of equipment is placed in continuous service
before Final Acceptance of all the Work, tl3e correction period for that item may start to run from
an earlier date if so provided in ihe Contract Documents.
D. Where defective Work (and damage to other Work resultzng therefrom) has been corrected or
removed and replaced under this Paragraph 13.47, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year af�er the end of
the initial correction period. City shall provide 30 days wt�tten notice to Contractor should such
additional warranty coverage be required. Contractor rnay dispute this requiremen# by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition ta any other obligation or
warraniy. The provisions of this Paragraph 13.47 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable siatute of Iimitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defecti�e Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (includin.g but
not limited to all fe�s and charges of engineers, architects, attorneys, and other pro%ssionals and a11
court or other dispute resoluiion costs} attributable to City's evaluation of and determination to accept
such defective Work and for the diininished va�ue of the Work to the extent not atherwise paid by
Contractor. If any such acceptance occurs priar to Final Acceptance, a C�ange Order will be issue�
iricarparating �he necessary revisions in the Contract Docuix�.ents 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 WoYk
A. If Contractor fails within a reasonable tirne after written notice from City to correct defective
Work, or to remove and replace rejected Work as xequired by City in accordance with Paragraph
13.06.A, or if Contractor t'ails to perform the Wark in accardance with tt�e Coniract 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, co�rect, or remedy any such deficiency.
B. In exercising the rigl�ts 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 Contractar's
seraices relatad thereto, and incorparate in the Wark all materials and equipment incorporated in
the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
Contractar shall allaw City, City's representatives, agents, consuitants, employees, and City's
other contractors, access to the Site to enable City to exercise the rights and remedies under this
Pa�ragraph.
C. All clauns, cosis, losses, and damages (including but not limited to all %es and charges af
engineers, architects, attortieys, and other professionals and a11 caurt or other dispute resolution
CITY OF FORT W4RTH
STANDARDCONSTRUCTION SPECIFICATION DOCUMENT'S
Revision: Id��i 9, 2D20
ao�zoo-i
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies utider this Paragraph
13.09 will be charged against Contractor, and a Change Order wiIl be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work, and City sha11 be entitled
ta an appropriate decrease in the Cantract Price.
D. Contractior shall not be allowed an extension af �he 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 A9.
ARTICLE 1�4 — PAYMENT� TO CONTRACTOR AIeTD COMPLETION
14.01 Schedule of Values
The Schedule of Values for iump suna cont�acts established as provided in Paragraph 2.07 wilI serve
as the basis for progress payments and will be incorporated into a form of Application for Paynnent
acceptable to City. Progress payments on account of Unit Price Work will be based. on the number of
units comp�eted.
14.02 Progress Payments
A. Applrcations for Paymerats:
1. Con�ractar 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 Reqnirements for each pro�ess
payment, Contractor shall snbmit to City for review an Application for Payrnent f 11ed out and
signed by Contractor covering the Work completed as of the date of the Application and
accornpanied by such supporting docu�mentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equiprnent not incorporated in the Wark
but delivered and suitably stored at �he Site or at anoiher location agreed to in writang, �the
Application for Payme�at sha11 also be accompaz�ied by a bi11 of sa1e, invoice, or other
documen�arion warranting that City has received the materials and equipment free and clear of
all Liens and avidence that �he rnaterials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, all of which must be satisfactary to
City.
4. Beginning with #he second Application for Payment, each Application shall include an affida�it
of Contractor stating that previous progress payments receive� on account of the Work have
been applied on account to discharge Contractor's legitirnate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payxz�ents will be as stipulated in the
Contract Documents.
CITY OF FORT WOR'FH
STANDARD CONSTRUCTIOIV SPECIFICATION DOCUMEN'I'S
Itevision: Mtueh9,2020
aa �z oo - i
G�NERAL CONDlTIONS
Page 53 of 63
B. Review ofApplications:
City wil1, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Applicarion to Contractor indicatin.g reasons fox
refusing payment. In the Iatter case, Contractor may make the necessary correclions and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payznent will be based on
City's observatians of'the executed Worlc, and on City's revi�w of the Application for Payment
and the accompanying data and schedules, that to the best of City's knowledge:
a. the Wark has progressed to the paint indicated;
b. the quality of tl�e Work is generally in accordance with the Contract Documents (su�ject
to an evaluation of the Work as a func#ioning whole prior to or upo� Final Acceptance, the
results oF any subsequent tests called for in the Contract Documents, a fmal deterniination
of qua�tities and classifications for Work performed under Paxagraph 9.05, and any other
qualifications stated in the recomnaendation),
3. Procassing any such payrnent will not thereby be deemed to ha�e represented that:
a. inspections made to check the quality ar the quantiiy of the Work as ii has been
pez�£arimed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the respansibilities specifically assigned
�o City in the Contract Documents; or
b. there may not be other matters or issues beiween the parties that might entitle Cantractor
to be paid additional�y by City or entitle City to witY�ho�d payment to Cont�ractor, or
c. Cantractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4. City may refuse to process ihe whole or any part of any payment because of subsequenily
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payrnent previo�xsly made, ta 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 Cor�tractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payrnent;
c. the Cantract Price has been reduced by Cbange Orders;
d. City has bean required to correc� defecrive Work or camplete Work in accordance with
Paragraph 13A9; or
CITY OF PORT WORTH
STANDARD GONSTRUCTIpN SPECIFICATION DOCUMENTS
Re�ision: Mazeh9,2020
00 �2 00 - i
GENERAL CONDITIbNS
Page 54 of 63
e. City has actual knawledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage.•
1. For contracts less thax�. $400,D00 at the time of executian, retainage shall be ten percent
{ 10%).
2. For contracts greater than $400,000 at the time of execurion, retainage shall be �ve percent
(5%).
D. Liquidated Damages. For each calendar day that any work shalI remain uncornpleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Cont�actar, not as a penalty, but as liquidated damages suffered
by the City.
E. Payrrxent: 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 rnake payment of ihe a�nount requested because:
a. Liens have been filed in co�ect�on with the Work, except where Contractor has
deIivered a specific bond satisfactory to City to secure �he satisfaction and discharge of
such Liens;
b. there are other itezns entitling City to a set-off against the amount recommended; or
c. City has actual lrnowledge of the occuxr�nce 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 o£ the amount requested, City will give Cantractor written
notice stating the reasons Far such action and pay Contractor any amorant remaining after
deduction of the amo►�nt so withheld. City sha11 pay Contractor ihe amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.43 Contractar's Wa�ranty of Title
Contractor waz•xants 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 ofpayrnent free and clear of ail Liens.
CITY pF FpRT WORT7�I
STANDARD CONSTR[ICTION SPECIFICATION DOC[JMENTS
Revision: Mu�fi9,2020
oo�2oa-i
GEN�RAL CONDITIONS
Page SS oi63
14.44 Partial Utilazation
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work wluch has specifically been ideniified in the Contract Documents, or which City,
determines constifutes a separately functioning and usable part of the Work t�iat 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 Contractar in writing to permit Ci�y to use
or occupy any such part of the Work which City detei7nines to be ready for its intended use, subj ect
to the following condiiions:
1. Contractor at any time znay notify City in wz�ting 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 14.45.A.1, City and
Cantractor sha11 make an inspectian of that part of the Work to deteimine its status of
completion. If City doas not consider that part of the Wark to be substaniially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilizatian will nat constitute Fina1 Acceptance by City.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is comp�ete in accordance with the
Contract Dacuments:
1. wit�un 10 days, City will schedule a Fina1 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 irnr�ediately take such rneasures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against t1�e Contractor between said date oi notification of the City
and the date of Final Inspection. Should the City detern�n� that the Work is not ready for Final
Inspection, City wi11 notify the Con.tractor in writing af the xeasons and Contract Time will resume.
14.06 Final Acceptance
Upon comple�ion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue ta Contractor a letter af Final Acceptance.
ci� oF �oxT wox�rx
STANDARD COIISTRUCTION SPECIFICATION DOCLTMENTS
Ra�ision: Maroh 9, 2D20
0072D0-1
GENERAL COIVDITIONS
Page 56 of 63
14A7 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 payrnents in accordance with the
Contract Documents.
2. The fmal AppZication for Payment shall be acconnpanied (except as previousIy delivered} by:
a. all documenfation called for in the Contract Documents, including but not iimited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to finaI payment;
c. a list of all pending or xeleased Damage Claims against Ciry that Contractor believes are
unsettled; and
d. affidavits of paymenis and complete and legally effectzve relea�es 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 accornpanying documentation,
requested by Contractor, less previous payments made and any sum City is erztitled,
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 reso�ution.
3. The making of the fmal payment by the City shall not relieve the Contractar of any
guarantees or other requirements of ihe Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If frnal cornplction of the Work is significantly deiayed, and if Ciiy so confiz�ns, City may, upon
receipt of Contractor's final Application For Payment, and without ternunating the Contract, make
payment of �he 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 co�mpleted or corrected is less than the
retainage stipulated in �'az�ag�raph 14A2.C, and if bonds ha�e been iurnished as required in
Paragraph 5.02, the written consent af the sureiy to the payment of the balance due for that
CITY OF FORT WORTH
STA,NI�A,RD CQNSTRUGTION SPECIFICATION DOCUMEN75
Revision: Mareh 9, 2020
oa�zoo-�
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Can�ractor to City with
tk�e AppIicatian for such payment. �uch payment sha11 be made under ihe terms and conditions
governing final payment, except that it shall n.ot coz�stitute a waive�r of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishrnent
ar�d �naintenance, and test and performance periods following the completion of a11 other
construction in the Contract Dacuments for all Work locatians, the City may release a portion of
the amount retained provided that all other work is completed as deterrnined by the City. Befare
the release, a11 submittals and final quantities must be co�npleted and accepted for all other work.
An amount suff cient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payrr�ent will constitute a release of the City from all claims or liabilities
under the Contract for anything dane or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Cantract.
ARTICLE 1� — SUSPENSION OF WORK AND TERMINATION
� �.01 City Mcry Suspend Work
A. At any time and withaut cause, City may suspend the Work or any portion tliereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Cantractor shall
resume the Work on the date so fixed. During ternporary suspension of tl�e Work covered by these
Contract Documents, for any reason, the City will make no extra payrnent far stand-by time of
consiruchon equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to catxses beyond the
controi of and without the fault or negligence of the Contrac�or, and shouid it be detennined by
mutual consent of the Contractar and City that a salution to allow construction to proceed is not
available within a reasonable period of time, Contracior may request an extension in Contract
Time, directly attributable to any such suspension,
C. If it should become necessary �o suspend the Work for an indefinite period, the Contractor shall
store a11 materials in such a maiuier that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaufiion to prevent damage or
deteriora�ion of the work performed; he shalI provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of maving his equipment offthe job and reiun�ing the
necessary equipmeni to the job when it is deternuned by the City that construction rnay be
resuzned. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipmen� and no profit will be allowed. Reimbursernent may not be allowed if the ec�uipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS
Re�ision: Mtnch9,202D
00 72 00 -1
GENERAL CON�ITEONS
Page 58 of 63
15.02 City May 7'erriainate for Cause
A. The occurrence of any one ar more of the following events by way oF example, but not of litnitation,
may justify tez�nation for cause:
1. Contractor's persistent failure to perfarm the Work in accordance with tIae Contract Docurnents
(including, but not limited to, failure #o supply sufficient skilled work�rs or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted frorn tirne 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. Cantractor's disregard of Lat�vs 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 Docunnents;
or
Coniractor'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 vvriting by the City; or
6. Substantial indicafion that the Cantractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any cxeditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insotvent or banlcrupt, ar ot�ierwise
financially unable to carry on the Work satisfactorily; or
S. Cantractor comrnences legal action in a court of competent jurisdiction against the City.
B. �f one or mare of the events identified in Paragraph 15.02A. occur, City will pravide written natice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's fail�xre to perfo�n the Wark. Conference sha11 be held not later than 15 days, afier
receipt vf notice.
If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform ihe construction Contract, the Ciiy may, ta the extent permitted by Laws and
Regulations, declare a Contractor default and farmally ternzinate the Contractox's rzgixt to
complete the Contract. Contractor default sha11 not be declared. eaz�liex 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, S�arety shall be obligated to take over and perform the
Work. If Surety does not coznmence perfarmance thereof wi�hin 15 consecutive calendar days
after date of an ac�ditional written notice demanding 5urety's performance of its
CITY OF FORT WOR'�'H
STANDARD CONSTRUCTION SPECTFICATION DOCUMEN7'S
Revision: Ma�h9, 2020
oo�zoo-i
GEN��� ca�v�iTiaNs
Page 59 ofb3
obligations, then City, without process or action at law, may take over any portian af the
Wark and complete it as described below.
a. If City completes the Work, City may exclude Cantractar and Surety from the site and
take possession of ihe Work, and a11 rnaterials and equipment incorporated into the Work
stored at the Site ox for which City has paid Contractor or Surety but which are stored
�lsewhere, and finish tl�e Work as City may deem expedient.
Whether City or Surety complet�s the Work, Contractor shall not be entitled to receive any
further payment unt�I the Work is finished. If the unpaid balance of the Contract Price exceeds
a11 clairns, casts, losses and damages sustained by City arisirig out of or resulting fror�a
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
darnages exceed such unpaid balance, Contractor sk�all pay the difference to City. �uch claims,
costs, losses and damages incurred by City will be incorporated in a Change Order, pro�ided
that when exercising any rights or remedies under this Paragraph, Ciiy sha11 not be required to
obtain the lowest price for the Work perfor�ned.
4. Neither City, nor any o� its respective cansultants, agents, officers, directors or employees
sha11 be xn any way liable or accountable to Contractor or Surety for the meihod by which the
cornpletion oi 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 Cantract, shall not forfeit the right
to recaver damages fror� Contractor or Surety for Canh-acior's failure to timely complete the
entixe Contract. Contractor shall not be entitled to any claim on account of the method useci
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 #he 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 Cantractor
begins within seven days of receipt af notice of intent to terminate to correct its iailure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notic�.
D. Where Contractor's $ervices have been so term�zaated by City, the tei•mination will not affect any
rights or remedies of City against Contractor then existing ar which may thereafter accrue. Any
retez��ion or payment of moneys due Contractor by City wi11 noi release Cantractor from liability.
E. IF and to the extent that Contractor has provided a performax�ce bond under the provisions of
Paragraph 5.02, the �emunation procedures af that bond shall nat supersede the provisions of this
Articie.
CITY OF FORT WdRTH
STANDARD CONSTRUCTION SPECIFICATION DOCi.)MENTS
Revisiou: Mm�h9,2020
oo�zoo-�
GENERAL CONDETIONS
Page 60 of 63
15.03 City May Terminate For Convenaence
A. City may, without cause and wi.thout prejuc�ice to any other right or remedy of City, terrninate the
Contract. Any teimination shall be effected by mailing a notice of the ternnination to the Contractor
specifying the extent to which performance of Work under the coniract is terminated, and the date
upon which such tennination becomes effective. Receipt of the notice shall be deemed
conclusively presurned and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively prese.uned and established �hat such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required oithe City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by ihe City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of ter�nination;
2. place no fiarther orders or subcontracts for materia�s, services or facilities exc�pt as may be
necessary for completion of such partion of the Work under the Contract as is not terminated;
3. terminate a11 orders and subcontracts to the extent that they relate to the performance of the
Work ternvnated by notice of termination;
4. transfer tiile to the Ciiy and deliver in the manner, at ihe tirnes, and to the exient, if any,
ciaxected by the City:
a. the fabricated ar�abricated parts, Work in progress, comple�ed Work, supplies and
other material produced as a part o�, or acquired in connection vvith the performance of,
the Work tenninated by the no#ice of the termination; and
b, the completed, or partially completed plans, drawings, information and other property
which, if the Coniract had beezi completed, would ha�e been required to be furnished to
the City.
5. comple�e performance of such Work as sha11 not have been terniinated by the notice of
termination; and
6. take such actian as may be necessary, ar as the City may direct, for the protection and
preservation af th� property related to its contract which is in the possession of the
Contractor and in which the owrzer has ox znay acquire the rest.
C. At a time not later than 30 days after the teirnii�ation date specified rn the noiice of termination,
the Contractor may subrnit to the City a list, certified as to quantity and quality, of any or all items
af te�mination inventory not previously disposed of, exclusive of items the disposition of vsrhich
has been directed or authorized by City.
C1TY OF FORT WORT�#
STANDARD CONSTRUCTION SPECIFICATIOM DOCUMENTS
Revision: M�uch9,2A20
oo�2ao-i
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereaf�er, the City shall accept title to such items pravided, that the list
submitted shall be subject to �eri�cation by the City upon removal of the iterns or, if the items are
stored, within 45 days from the date of submissian of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to Final settlement,
E. Not later than 50 days after the notice of terniination, the Contractor shall subrnit his termination
claim to the Ciiy in the form ar�d with the certification prescribed by the City. Unless an extension
is made in writing witl�in such 60 day period by the Contractor, and granted by the City, any and
all such claixns s�ia11 be conclusively deemed waived.
F. In such case, Contractox shall be paid far {without duplication of any items):
1. complete�d and accepiable Work executed in accordance with the Contract Documer�ts 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 tennination in performing services and
furnishing labox, materials, or equipment as required by the Contract Documents in connec�ion
with uncornpleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In th� ��ent of the failure oi the Contractor a�d City to agree upon the whole arnoumt to be paid
io the Contractor by reason of the iernunation of the Work, the City shall detemune, on the basis
of information available ta it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor tlie amounts deteilnined. Contractor shall not be paid on account
of loss of anticipated profiis or revenue or other economic loss arising out af or resulting frorri
such tennination.
ARTICLE 16 — DISPUTE RE�OLUTION
1$.O1 Methods and Procedur�es
A. Either City or Contractor may request mediation of any Contract Claix� submitted for a decision
under Paragraph 10.46 before such decision becomes fFnal and binding. The request %r mediatian
shall be submitted to the other party to the Contract. Timely submission of the request sha1l stay
the effect of Paragraph 10.06.E.
B. City and Cont�actor shall participate in th� mediation process in good faith. The process shall be
commenced witiun 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's acf�on under I'aragx'aph 10A6.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D sha11 becam� final and binding 30 days after
teimination of the mediation unless, within that time pexiod, City or Contractor:
CITY OF FORT WORTH
STANDARD G4NSTRUGTION SPECIFICATION DOCUMENTS
Re�ision: ivfateh9,2020
oo�zoo-1
GENERAL CONDITIONS
Page 62 af 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with tl�e other party to submii the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other pariy of the intent to submit th� Contract Claim to a court of
compeient jurisdiction.
ARTICLE 1� — NIISCELLANEOUS
17.O1 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 rf:
1. delivered in person to �he individual or to a menczber af fihe iu�m or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or c�rtified mail, posiage prepaid, to the Iast business
address known to the giver of �he notice.
B. Business address changes znust be promptly made in writing to the other parEy.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
no�ice sha�l be deemed suff�cient upon confu•mation 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, zt will be computed to
exclude the first and include the iast day of such per�od. If the last day of any such period fa11s on a
Saturday or Sunday or on a day made a legal holiday the next Working Day sha11 become the last day
of ihe period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies avaiIable
hereunder to the parties hereto are in addition to, atid 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 o£ the Coniracf
Docurnents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Docurnents in connection with each particulaz� dufy, obligation, right, and remedy to which
they apply.
CITY OF FORT WORTH
STAAiDARD CONSTRUC"FION SPECIPICA7'ION DOCUMENTS
Revision: Ma�h9,2020
aonoo-i
GENERAL CONDITIONS
Page 63 of 63
17.04 Su�vival of Obligations
All xepresentations, indernnificaiions, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in ihe
Coniract Documen�s, will survive final payment, comple�ian, and acceptance of the Work ar
ternuna�ion ax completion of the Contract or termination of the ser�ices of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Canditions.
CITY OF FORT WOR'�1�
STANDARD CONSTRUCTION SPEC�ICATIpN DOCUMENTS
Revision: Mt�h9,2020
00 73 00
SUf'PLEMENTARY CONDITIONS
Page 1 of 5
SECTION 0(173 �0
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
5upplementary Conditions
These Supplementary Conditions rnodify and supplement Section a0 72 00 - General Conditions, and ot�er
pravisions of the Contract Documents as indicated below. All pravisions of the General Conditions that are
modified or supplemented remain in full force and effeci as so modiited or supplemented. All provisions
of the General Conditions which are not so modified or supplemented rernain in full force and effect.
De�ned Ter�ns
The terms used in these Supplementary Conditions which are de�ned in the Genaral Conditions have ihe
meaning assigned to them in the General Conditions, unless specifically nated herein,
Modifications and Supplements
The following are rnstructions that modify or supplernent specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.035.�, "Resolvi�g Discrepancies"
Plans govern over Specifcations.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the �nal easements descriptions, Contractor shall compare them to the lines shown on ihe
Coniract Drawings.
SC-4.U1A.1., "Availability of Lands"
The falIowing is a list of known outstanding right-of-way, and/or easernents to be acquired, if any as of
7uly 10, 2020:
Outstanding Right Of-Way, and/or Easements to Be AcquirecE
PARCEL OWNER
1V[.TMBER
None
TARGET DATE
OF POSSESSION
The Contractor understands and agrees that the dates listed above are estirnates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided ta differ materially from the representatians on the
Contract Drawings, Contractor shall within five (5} $usiness Days and befare proceeding with the Work,
notify City in writing associated with ti�e differing easernent Iine locations.
SC-4.O1A.2, "Availability of Lands"
CITY OF FORT WORT'H 2O18 CIP Year 3— Contract 5
STA1�iDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452
Ravised March R, 2020
ao �3 00
SIJPPLEMENTARY CONDITIONS
Page 2 of 5
Otilities or obstructians to be removed, adjusted, and/or relocated
The follawing is list of utilities and/ar obstructions that have not been removed, adjusied, and/or relocated
as of 7uly 10, 2020
EXP�CTED UTILITY AND LOCATION
OWNER
None
TARGET DATE OF
ADJUSTMENT
The Contractar understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SG4AZA., "Subsurface and Physical Conditians"
The following are reports of explorations and tests of subsurface conditians at the site of the Work:
A Laboratory Test for A Street Coring Project, Report Na. CPN 101452, dated 12/2fl/2019 to 1/14/2020,
prepared by Caty of Fori Worih Capital Delivery Di�isian/Soil Lab, a consuItant of the City, providing
additional informatiQn on street cores and subgrade lab tests.
The follawing are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Undergraund Faci�ities) which are at or cankiguous to the site of the Work:
None
SG4.06A., "Hazardous Environmental Conditians at SiEe"
The following are reports and drawings of existing hazardous environmental conditions known ta the City:
None
5C-S.U3A., i°Certificates a[ Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: None
(3) Okher: None
SC-5.04A., �°Contractar's Insurance"
The limits of liability For the insurance required by Paragraph GC-5,04 shalI pravide the fallowing
coverages for not less than the following amaunts or greater where required by laws and regulations:
S.U4A. Workers' Compensation, under Paragraph GC-5.04A,
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each em,ployee
$500, 000 Disease - policy lirrait
SC-5.04B., 4fContractor's Insarance"
CITY OF �ORT WORTH 201$ CIP Year 3— Gonfract 5
STANDARD CONS'iRUCTIaN SPECIFICATIQN DOCUMENTS Ciry Praject No.: 101452
Revised March 9_ 2020
00 73 00
SCIPPLEMENTARY COIVAITfONS
Page 3 of 5
5.04B. Commercial General Liability, under Paragreph GC-5.04B. ConLractar's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per praject basis covering the Contractor with
mi�imum limits of
$1,000,000 each occurrence
.$2,000,000 aggregate lirrait
The policy must ha�e an endorsement (Amendrnent — Aggregate �.imits af Insurance} making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance poiicies shalI provide "X", "C", and "U" coverage's.
Verif cation of such coverage must be showa in the Remarks Ar�icle of the Certificate of Insurance.
SC S.OqC., "Contractor's lnsurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liabality - a carnmercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,�00,000 each accident on a co�bined single limit basis. Split limits are acceptable if limiits are at
least:
$250, 000 Badily Injury per person /
$500, 000 Bodily Injury per acciderat /
$100,000 PropertyDamage
SC-5.U4D., �iContracEor's Insurance"
The Contractor's construction activities will require its employees, agents, subcantractors, equipment, and
material deliveries to cross railroad properties and tracks. None
The Contractor shall conduct its operations on railroad proper�ies in s�ach a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operakion of its/their trains
or other property. Such operations on xailroad properties may require that Contractor ta execute a"Right of
Entry AgreemenY' with the particuIar railroad company ar companies involved, and to this end the
Contractar should satisfy itself as to ti�e requirements of each railroad company and be prepa�'ed to execute
the right-of-entry {if any) required by a railroad coznpazay. The reQuirements specified herein likewise relate
to the Contractor's use of private and/or construciion access roads crossing said raiIroad company's
properties.
The Cantractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term thai continues far sa long as the Contractar's operations and work crass,
occupy, or tauch railroad properiy:
(1) General Aggregate:
(2) Each Occurrence:
_ Reguired for this Confract
$Conftrm Limits lvath Railroad
$Corrfarrra Limits with Railroad
X Nat required for this Contract
With respect to the above outlined insurance requirements, the foltawing shal� govern:
GITY pF FpRT WORTH
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS
Revised March 9, 2020
2018 CIP Year 3— Contract 5
Gity Project No.: 101452
ao �3 00
SUPPLEMENTARY CONRI'I'IONS
Page 4 of 5
1. Where a singte railroad campany is involved, the Contractar shall provide one insurance policy in
the name of �e railroad company. Howaver, if more than one grada s�paration or at-grade
crossing is affected by the Project at entirely separate locatians on the lina ar lines af the satne
railroad company, separate coverage may be required, each in the amount stated above.
2. Where more than one raiIroad company is aperating on the same right-af-way or where several
railroad campanies are involved and operated on their ovvn separate rigltts-of-way, the Contractor
may be required to provide separate insuranca policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grada crossing, other work or activity is proposed on a
railroad company's right-of-way at a Iocation entireIy separate fram the grade separatian or at-
grade crossing, insurance coverage for this work must be included in the palicy covering the grade
separation.
4. If no grade separatian is involved but other work is proposed on a railraad company's right-of-
way, all such other work may he covered in a single policy %r that railroad, even though the work
may he at twa or more separate locations.
Na wark or ackivities on a raiIroad company's property to be performed by the Contractor shafl be
cammenced until the Cantractor has iurnished the City with an original policy or policies of the insurance
for each railroad company named, as required abo�e. All such insurance must be approved by the City and
each affected Railroad Carnpany prior to the Contractar's beginning work.
The insurance specified above must be carried untii all Work to be performed on the railroad rigl�t-of way
has been completed and the grade crossing, if any, is no langer used by the Contractar. In addition,
insurance must be carried during all maintenance andlor repair work performed in the railroad right-of-way.
Such insurance must name the rai�road company as the 9nsured, tagether with any tenant or lessee ait�e
railroad campany aperating oaer iracks invol�ed in the Project.
,SC-6.04., "Project Schedule"
Project schedule shall be tier 3 far the project.
SC-6.4�., "Wage Rates"
The following is the prevailing wage rate table{s} applicable to this project and is provided in the
Appendixes:
2Q13 Pre�ailing Wage Rates (Hca�y and Highway ConstrucCion Pro,jecEs)
A copy of the tai�le is alsa available by accessing the City's website at:
htt�s://ap ps. fortwarthtexas.�ov/Pra i ectResou rces/
You can access the iile by follawing the directary path:
02-Constructian Documents/Specifications/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
SC-b.09A., "Contractor abtained permits and licenses"
The foIlowing are knawn permits and/ar licenses required by the Contract tQ be acquired by the Contractor:
STREET USE PERMIT
SW3P
GITY OF FQRT WORTH 2O18 CIP Year 3— Cantract S
STANDAItD CONSTRUCTION SPECIFICATTO�T DOCUMENTS City Project Na.: 101452
Ravised Mazch 9. 2020
�
s
00 73 00
SUPPL�MENTARY CONDITIOTlS
Page 5 of 5
SC-6.04B. "City obtainecE permits and licenses"
The following are known permits and/or Iicenses required by the Contract to be acquired by the City: _
None
• SC-6.69C. "Outstanding permits and licenses"
� The following is a list of known outstanding permits and/or licenses to be acquired, if any as of ]uly lfl,
2020:
�
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
'I'ARGET DATE
OF POSSESSION
�
C
None
SC-7.42., "Coordination"
The individuals or entities listed below haue contracts with the City for the performance of other work at
the Site:
Vendor Sco e of Woriz Coordination Authori
- None
SC-8.01, °�Communicatinns to Contractor"
Construction activities on �,ocke Avenue shall begin first. See T'X-DOT, Tarrant County, FTW District,
Project CSJ: 0902-90-084 SRTS Improve►nents.
� Construction aciivities on Libbey Avenue shall be performed during the summer months. Come
� Elementary School is adjacent to the project lirnits.
. SC-9.U1., "City's Project Manager"
� The City's Project Manager for this Contract is Maged Zaki, P.E., or his successor pursuant to written
noti�cation from the Director of Transportation and Public Works.
�
SC-13.63C., "Tests and Inspections"
None
SC-1b.O1G1, "Methacls and Procedures"
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
3l912020 D.V. Magana SC-S.D7, Updated the link such that files can be accessed via the City's
website.
CITY OF FORT'WQRTH
STATIDARD CONSTKUCTION SPECIFiCATION DOCUMENTS
Revised March 9, 2020
201 S CIP Yeae 3— Contract 5
City Projecl No.: ] 01452
i
01I]00-1
SUMIVIARY OF WORK
Page I of 3
SECTIOI�I Ol 11 00
SUMMARY O�' WORK
PART1- GENERAL
1.� SUMMARY
A. Seciio� Includas:
l. Surnmary of Wark to be performed in accordance with the Cantract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Reyuirements, Contract F'orms, and Conditions of the Contract
2. Division 1- General Reyuirements
I.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Work associated with this Item is considered subsidiary to ihe various items bid.
No separate payment will be allowed for this Item.
L3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include fumishing all labor, rnaterials, arid equipment, and performing
all Work necessary for ihis construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Woric
1. Any and all Work specifically gaverned by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Doc�nents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item sha11
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount af tools, materials, and equipment far construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
C1TY OF FORT WORTH 20i 8 C I!� Year 3— Contract 5
STANDARD CDNSTRUCTION SPECIFICATION DOCUMENTS City Project IVo.: 101452
Revised December 20, 2012
oi i� oo-z
SUMMARY dP WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be dasignated to be Ieft free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railraad tracks, the Work shall be carried on in such
rnanner as not ta interfere with the operation of Yhe railroad.
1} All Woz'k shaIl be in accordance with railroad raquirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upan private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not stare equipment or material on private properiy anless and until the
speciiied approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless speci�cally provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the praject consttuction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, ptants,
lawns, fences, cul�erts, curbing, and all other types af structures or impro�ements,
to aIl water, sewer, and gas lines, to ali conduits, averhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which mighi be affected by the Work.
a. Such notice sha11 be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shali be applicable to both public and privata utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all darnage or injury to property of any character resulting
from any act, amission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the 1'roject
to the original ar a better than original condition.
b. Erect temparary fencing in place of the fencing removed whenever the Work is
not in progess and w�en the site is vacaied overni�t, andlor at a11 times ta
provide site security.
c. The cost for alI fence work within easemants, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project �roposal, unIess a bid item is specifically provided in the proposal.
CTI'Y OF FORT WORTH 2O18 CIP Year 3— Gontract 6
STANDARD CONSTRUCI`ION SPEGIF]CAT10N DOCUMENTS City Projecf No.: 101452
Re�ised December 20, 2012
�
Ol 1100-3
SUMMARY OF WORK
Page 3 of 3
s
1.� SUBMiTTALS [NOT USED]
t 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBIVIITTALS [N4T USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
- 1.9 QUALITY ASSURANCE [NOT USED]
I 1.1U DELNERY, ST4RAGE, AND HANDLING [NOT USED]
�
].11 FIELD [SITE] C4NDITION� [N4T USED]
• 11� WARRAIiTTY [NOT USED]
PART � — PRODUCT� [NOT USED]
PART 3 — EXECUTION [NOT USED]
�
�
r
�
�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O98 CIP Year 3— Confract 5
STANDARD CONSTRUCTION SPECIFICATIpN DpCUMSI+lTS City Project No.: 101452
Revised December 20, 2012
O 1 25 04 - 1
5[iBSTITUTION PROCEDiJRES
Page 1 of A
SECTION 01 �5 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.�. SUIVIMARY
A. Section Includes:
1. The procedure for r�questing the approval af substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria ar
defined by reference to 1 or more of the fo�lowing:
a. Naz�ne of manufacturer
b. Name af vendor
c. Trade name
d. Catalog number
2. Substitutions are nai "or-equals".
B. Deviations from ihis City of Fort Worth Standard Specif cation
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Divisian 0-- �idding Requirements, Contract Forms and Conditions of ihe Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Ite�n is considered s�absidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REk'ERENCES [NOT USED]
1.4 ADMINISTRATNE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days afier award of ConYract (unless noted otlterwise), the City will
consider formal reqUests from Contractor for substitution of products in place of
those specified.
2. Certain types of eqUipment and kinds of material are describad in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not inYended to exclude from
consideration other products bearing other manufact�rer's or vendor's names,
trade names, or catalog numbers, pz'ovided said products are "or-equals," as
determined by City.
3. Other types of equtpment and kinds of materia� may be acceptable substitutions
under the foliawing conditions:
a. Or-equals are una�ailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyand control of Contractor;
ar,
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDAKD CONS'CKUCTiON SPECIFICATION BOCUME�ITS Ciiy Project No.: 1 D1452
Revised July l, 2011
oiasoo-z
SUBSTiTUCIOA! PROCEDUR�.S
Page 2 oF4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedura for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the canditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Sgecificatian Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to ariginal
product in the Contz�act Dacumenis
2) Manufacturer's lzteratura clearly marked to show compliance af proposed
product with Contract Docaments
3) Itemized comparisan of original and propased produci addressing product
characteristics including, but not necessarily li�nited to:
a} Size
b) Composition or materials of construction
c} Weight
d) Elect-�-ical or mechanical requir�tnents
4) Product experience
a) Locatian of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c} Avaiiable field data and reports associated with proposed product
5} Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methads:
1) Detailed description of prapased method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with coior and pattern
of specified product i� necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the Genera] Conditions.
CITY pF k'ORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRi3CTION SPECIFICATIQN DOCUMENTS City �roject No.: 141452
Revised July 1, 201 [
�
f
�
012504-3
SUBSTITUTION PTtOCEDCJI2ES
Page 3 of 4
4. No additional cantract time will be given for s�abstitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this 5peciiication Section
c. In the City's opinion, acceptance will require substantial revision ofthe original
design
d. In the City's opinion, substitution will not perfotxn adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIUI�TAL SUBMITTALS [NOT USED]
1.'7 CLOSEOUT SUSMITTALS [NOT USEDJ
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
� represents that the Contractor:
1. Has invesiigated proposed product, and has detennined that it is adeyuate or
superior in all respects to thai specified, and that it will perform function for which
it is intended
f 2. Wil� provide same guarantee for substitute item as for product specified
' 3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
_ 4. Waives all claims for additional costs related io substitution which subsequently
arise
L1U DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
11� WARRANTY �NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CIIANGE
C17'Y OF FORT WORTH 2D18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOC[1MENTS Ciry Project No.: 101�452
Revised Juiy 1, 2p11
012500-4
SUBSTITEJTIQN PROCEDT]RES
Page 4 of A
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PR4JECT: DATE:
We hereby submit for your consideration �he fallowing product instead of the specified item far
the above project:
SECTION PARAGRAPH SFECIFI�D ITEM
Proposed Substitution;
Reason for Substitution:
Include complete information an changes to Drawings andlar Specifcations which proposed
substitution will require for its proper installa�ion.
Fill in Blanks Below:
A. Will the undersigned contractor pay far 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 be#ween proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manuiacturer's guaran�ees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigr�ed states that the function, appearance and quality are equivalent or superior to the
specified item.
Subnnitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Appro�ed
City
CITY OF FORT WORTH
STAAiDAIiD COiYSTKUCTION SPECIFICATCON DOCUMEAlTS
Revised JuEy 1, 2011
� Recammended
_ Not recammended
By
Date
Remarks
Date
Rej ected
_____ Recommended
Received iate
2018 CIP Year 3— Contract 5
City Projecl No.: 101452
013119-1
PRECONSTRUC'I'IQN ME$T11�IG
Page 1 of 3
4
k
4
(
�
�
t
SECTION U13119
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Frovisions for the preconstruction meeting to be held prior to the start of Work io
clarify construction contract administraiion procedures
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. ReIated Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding RequiremenYs, Contract �orms and Conditions of the Contract
2. Division 1— General Requirements
1.� PItTCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
l . Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be yualified and authorized to act on behalf of #he entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Areconstr�ction Meeting
1. A preconstruction meeting will be held within 14 days afier the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the nates of the
meeting and distribuYe copies of s�.me to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall incfude:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City rnay request
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CON5TKUCTION SPECI['ICATION DOCUMENTS Cfty Project No.: 101452
Revised August 17, 2012
0131 E9-2
i'12ECQNSTRUCTIOI�I MEETING
Page 2 of 3
e. 4ther City representatives
£ Others as appropriate
4. Construction Schedule
a. Prepare baseline constructian schedule in accordance with Section O 1 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contraetor of any schedule changes upon Notice of
Precor�struction Meeting.
5. Pralinninary Agenda �x�ay include:
a. Intraduction of Project Personnel
b. General Description of Project
c. Status of right-af-way, utility ciearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payznents
s. Extra Work and Change 4rder Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certiiicatian
n. Materiai Certi�'ications and Quality Control Testing
o. Public Safety and Convenience
p. Dacumentation of Pre-Construction Conditions
q. Weekend Work Natificatian
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representat��e for operations of existing water
systa ms
v. Starm Water Paiiution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable ta the project
aa. Damages Claims
bb. Submit�al Procedures
cc. Sabstitution Procedures
dd. Correspondence Routing
ee. Recard Drawings
ff. Temporary constructian facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Fayment
jj. Quesiions or Comments
CiTY dF FORT WORTH 2O18 GIP Year 3— GonfraCl 5
STANDARR GONSTRUCTION SPECIF[CATIpN BOCUMENTS City Project No.: 9D1452
Re�ised August 17, 2012
�
o� 3> >9-3
PRECONSTRIJC7TON MEETING
Page 3 of 3
1..5 SUBMITTALS [NOT USED]
l
t 1.6 ACTIUN SUBMITTALS/IN�'ORMATIONAL SUBIVIITTALS [N�T USED]
�
1.7 CLQSEOUT SUBMITTALS [1�10T USED]
� 1.� MAINTENANCE MATERYAL SUBIirIITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
` 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
� i.12 WARRANTY [NOT USED]
; PART 2 - PRODUCTS [NOT USEDJ
�
�
�
�
PART 3 - EXECUTION [NOT U�ED]
END O�' SECTI�N
Revision Log
DATE NAME SUMMAIZY OF CHANGE
CITY OF FORT WORTH 2O18 CIP Year 3— Cantract 5
STAHDAKD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeCE NO.: 141452
Revised August 17, 2012
4
�
�
013124-1
PROJECT MEETINGS
Page 1 of 3
� SECTION 013120
� PROJECT MEETINGS
�Specifie��: Thrs Specification is interzded for use on p��ojects designated as Tier� 3 or Tier 4.]
�
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
C 1. Provisions for project meetings throughout the construction period to enable orderly
' review of the progress of the Work and to provide for systematic disctassion of
potential problems
� B. Deviations this City of Fort Worth Standard Specification
�
1. None.
C. Related Specificatio:n Sections include, hut are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contraci
2. Division 1— General Requirernents
]..2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Aayment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allawed for this Item.
1.3 REFERENCES [NOT USED]
1.� ADMINISTRATiVE REQUIREMENTS
A. Coordination
1. Sc�edule, attend and administer as specified, periodic progress meetings, and
specially calIed meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be quali�ed and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the executian of the Agreement, but before construction is allowed io begin,
attend 1 PubIic Meeting with affected residents to:
a. Present projected schedule, including consiruction start date
b. Answer any cons#ruction related yuestions
2. Meeting Location
a. Location of ineeting to be detertnined by the City.
3. Attendees
CITY OF FO12T WORTH 2O98 CIP Year 3—Contract 5
STANDARD GONSTRUCTION SPECIF[CATIQI�! DOCUMENTS Clty PfOjBCt NO.: 101�452
Revised July 1, 201 �
013120-2
PROJECT A�EETINGS
Page 2 of 3
a. Contractor
b. Project Representative
c. Other City rep:resentatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be aIlowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodicaily. Meetings will be
scheduled and administered by Project Representative.
2. Additiona� progress rr►eetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to;
a. Coordinating shutdowns
b. Installatian of piping and equipment
c. Coorciination between ather conshvction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the nates of
the meeting and distribute copies of the same to a11 participants who so reyuest by
fully completing the attendance form to be circulatad at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager .
b. Confiractor's superintendent
c. Any subcontractor or supplier representatives whom the Cantractor may desire
to invite or tk�e City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Aroject Representative
5. Pratirninary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which iznpede construction schedule
d. Review of off site fabrication, delivery schedules
e. Review of consfructian interfacing and sequencing requiterxtents with oiher
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to constructian schedule
h. Progress, schedule, during succeeding Work periad
i. Coordination of scheduIes
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect an canstruction schedule and on completion date
2) Eifect an other contracts of the Project
n. Review Record Docurnents
o. Review monthly pay request
CITY pF FORT WOR'IFi 2098 CIP Year 3— Contract 5
STANDARB CONSTRUCTION SPECIFICATION DOCUMENTS Gity Praject No.: iD1452
Revised July 1, 2D11
�
�
�
I
i
:
k
i
}
�
I
�
�
;
F
013120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings wi2I be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the reyuest of the:
a} City
b) Engineer
c) Contractor
7. Meeting �,ocation
a. The City will establish a rneeting locaYion.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [1�TOT USED]
1.6 ACTION SUBMITTAL�/INFORT�'IATIONAL SUBM�TTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME S�TMMARY OF CHANGE
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS
Revised July I, 201 l
2018 CIP Year 3— Contract 5.
City Projecf �fo.: 'E01452
01321b-1
CONSTRUCTION FROGRESS SCHEDULE
Page I of 5
SECTION 013� 16
CONS'TRUCTION PROGRESS SCHEDULE
PART1- GENERAL
1.1 SiTMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management af tY�e Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Documen#
B. Deviations from this City of Fort Worth Standard �pecification
1. None.
C. ReIated Specification Sections include, but are not necessarily limited to:
1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE A�TD PAYMENT PR�CEDURES
A. Measurement and Payment
1. Work associa#ed with this Item is considered subsidiary #o the various items bid.
No separate payment wi11 be allowed for this Item.
1.3 REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1- No schedule submittal required by contract. Smalt, brief duration
prajects
b. Tier 2- No schedule subm�ital requ�red by contract, but will reyuire some
rrailestone dates. Small, brief duration projects
c. Tier 3- Schedule submittal reyuired by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4- Schedule submittaI required by contract as described in the
Specification and herein. Large and/or complex projects with lang durat�ons
1) Examples: large water pump station project and associated pipeline with
intercannection to another governmental eniity
e. Tier 5- ScheduIe subrniital required by contract as described in the
Specification and herein. Large and/or very complex projects with �ong
durations, high public visibility
1} Examples might include a water or wastewater treatment plant
2. Baseline ScLedule - Initial schedule submitted before work begins that wiit serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
C17"Y OF FORT wORTH 2Q9 8 CIP Year 3— Contract 5
STANDARD CaNSTRUCTtON SPECIF[GATIpN pOCUMENTS City Projecf No.: 9U1452
Revised July 1, 2011
a� 3z i6 - z
CONSTItUCTION PROGRESS SCHEDULE
Page 2 of 5
4. Schedule Narrative - Concise narrative of the schadule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENT�
A. BaseIine Schedule
1. General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Re�iew the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. D�signate an authorized representative {Froject Scheduler) responsible for
daveloping and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as requrtred in the City of �'ort Wort�
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporaie approved change orders, resu�ting in a change of contract time, in
the haseline Schedule in accordance with City oiFort Worth Schedule
Guidance Docurrzent.
C. Responsibility far Schedule Compliance
1. Whenever it becomes apparent from the current progress Schadule and CPM Stat�s
Report that delays to the critical pa#h ha�e resuIted and the Contract completion
c�ate will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to rennove ar arrest the
delay fa the critical path in the appraved schedule
2) Increase construction manpower in such quantities and crafts as wili
substantially eliminate the backlog af work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shif�s per day, warking
days per week, the amount of construction equipment, or any combination
of the foregoing, suf�ciently to substantially alirninate the backlog of work
4) Reschedule activities to achieve maximum practical cancurrency of
accomplishment of activities, and comply with the revised schedule
2. If no written statement of the steps intended to tak� is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower {trades}, equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Cantractor in order ta remove or arrest the delay
ta the critical path in the approved schedule.
a. No additional cost for such work will be considered.
CITY OF FORT WORT'H 2O18 CIP Year 3— Con#rac# 5
STANDARD CaNSTRUC770N SPFCIFICATION DOCUMENTS Cily Project No.: 101452
Re�ised July 1, 2011
Ot3216-3
CONSTRIICTION PRQGRESS SCHEDULE
Page 3 of 5
D. The Contract completion time will be adjusted anly for causes specified in this
Contract.
a. Reyuests far an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporttng evidence as the City may deem
necessary to deterntine whether the requested exiension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justi�cation and supporting
evidence, make findings of fact and wiIt advise the Contractor, in
writing thereo£
2} If the City finds that the requested extension of time is entitled, the City's
deternaination as to the total number of days allowed for the e�ensions
shall be based upon the approved total baseline schedule and on aIl data
relevant to the e�ension.
a) Such data shall be included in the ne� updating aithe Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each rec�uest for change in Contract completion date to the City within 30
days after ihe beginning of the delay for which a time extension is requested but
befare the date of �nal payment under this Contract.
a. No titne extension will be granted far reyuests which are not subtnitted within
the faregoing time limit.
b. From time to time, it may be necessary for ihe Contract schedule or completion
time to be acljusted by the City to reflect the effects of job canditions, weather,
technical difficuities, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion tirne extensions.
1) Under such condiYions, the City will direct the Contractor to reschedule the
work ar Cantract completion time to reflect the changed conditions and the
Cor�tractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of �naffected work, in which
case the Contractor shall take all possible acti�n to minimize any time
extension and any additionaI cost to the City.
b) Available float iime in the Baselinc schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the Iatest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or sIack. time is not for the exclusive use or benefit of either the
Contractor ar the City.
b. Proceed with work according to early start dates, and ihe City shall have the
right to reserve and apportion float �ime according to the needs of the project.
C1TY oF FaKT WORTH 2O98 CIP Year 3— Contract 5
STANDARD CONSTRUGTION SPECIFICATIOM BOCUMENTS City Project No.: 101 a52
Revised 7uly 1, 2011
atsz�b-a
CONSTRUCTIOAI PROGTtE55 SCHEDULE
Page 4 of 5
c. Acknowledge and agree that actual delays, affecting paths of activities
containing flaat time, will not ha�e any effect upon contract completion Yimes,
providing that the actual delay does not exceed the float time assaciated with
those activities.
E. Coordinaiing Schedule with Other Contract 5chedules
1. Where work is to be gerformed under this Contract concurrently with or contingent
upan work perfortned on the same facilities ar area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate cantracts from the City %r the
preparation and updating of Baseline schedule a.nd make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different cantractors, the City will
deternnine the work prioriTy of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City sha11 be accepted as final.
b. The temporary delay of any work due to such circumstances sha11 not be
cansidered as justification for claims for addiiional compensation.
1.S SUBM�TTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pcEf format as required in the City of Fart
Worth Schedule Guidance Dacument.
a. Native fil� fo:rznat includes:
1} Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior ta the pre-construction meeting and
bring in hard copy to the meeting for review and discussian.
B. Progress Schedule
1. Submit progress �chedule in native file format and pdf format as required in the
City af Fort Worth Scheciule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrati�e monthly no later t�an the last day of the manth.
D. Submittal Process
l. The City administers and manages schedules through Buzzsaw.
2_ Contractor shall sub�mit documents as required in the City of Fort Worth �chedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF FORT WDRTH 2O18 CIP Year 3— Contracl 5
STANDARD CON5TRidCT[ON SPECIF[CATiON BOCUMENTS Clty PfOj2Cl NO.: 1D9452
Revised 7uly 1, 2011
S
r
�
013216-5
CON3TRUCTION PROGRESS SCHEDULE
Page 5 of 5
1.6 ACTION SUBMITTALS/INFORIi�IATIONAL SUBMITTALS [NOT USED]
1.9 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
- 1.9 QUALITY ASSiIRANCE
A. The person preparing and revising the construction Progress Schedule shall be
' experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
� updated and revised to accurately reflect the performance of the construction.
i
- C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
} 1.10 DELNERY, 5TORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
f 1.12 WARRANTY [NOT USED]
;
F PART 2- PRODUCTS [NOT USED]
F
PART 3 - EXECUTION [NOT USED]
� END OF SECTZON
�
�
�
Revision Log
DATE NAME SUMMARY OF CHANG�
C1TY pP FORT WORTH 2418 CIP Year 3— Contract 5
STANDARD CONSTRUC7iON SPECIFICATION DOCUMBN'I'S City Project I�o.: 101452
Revised July 1, 20] 1
�
�
r
i
�
3
;
G
.'
013233-1
PRECONSTRUC'i'IQTI VIDEp
Page 1 of 2
SECTION 013� 33
PREC4NSTRUCTTON VIDE4
PART1- GENERAL
1.1 SITMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. Related Specification Sections include, but are not necessari�y limited to:
1. Division 0— Bidding Reyuirements, Contract Forms arzd Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
� A. Measurement and I'ayment
_ 1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
� 1.3 REFERENCES [1�TOT USED]
L� ADMINISTRATIVE REQUIREMENTS
f
f
;
�
t
�
A. Preconstruciion Video
1. Produce a preconstruction video of ihe site/alignment, including a11 areas in the
vicinity of and to be afFected by construction.
a. Provide digital copy af video upan request by the City.
2. Retain a copy of ihe preconstruction videa until the end of the maintenance surety
period.
1.5 SUBMXTTALS [NOT USED]
1.6 ACTIQN SUBMITTALS/�NFORMAT��NAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 I�IAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED)
I.iO DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
ciTY o� For�T woarH
S'I'AN[?ARD CON$TRUCT[pN $PECIFICAT"IDN DOCUMENTS
Revised ]uly l, 2011
2618 CIP Year 3— Contract 5
City Praject No.: 909452
013233-2
PREC�NSTRUCTI�N V1QE0
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SiTMMARY OF CHANGE
CITY OF FdRT WORTH 2O18 CIP Year 3— Contract 5
�TANDARD CONSTitUCTION SPECIFICATION DOCUMENTS City ProjeCt No.: 101452
Revised July 1, 2011
k
f
}�
1
�
� PART1- GENERAL
1.1 SUMMARY
SECTION U133 00
SUBMITTALS
0133Q0-1
SUBMITTALS
Page 1 of 8
� A. S�ciion Inciudes:
1. Generai methods and requirements of submissions applicable to the following
i Work-related submittals:
' a. Shop Drawings
b. Product Data (including Standard Product List submittals)
r c. Samples
. d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. Nane.
C. Reiated Specification Secrions include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Condiiions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Fayment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coozdination
1. Natify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Docuxnents.
2. Coordination of 5ubmittal Times
a. Prepare, priorit�ze and transmit each submittal sufficienily in advance of
perForming the related Work or other applicable activities, or within the time
specifiecl in the individuat Work Seciions, of the Specifications.
b. Contractor is responsible such khat khe installation will not be delayed by
processing times incle�ding, but not limited to:
a) Disapproval and resubmittal (if required}
b) Coardination with other submittals
c) Testing
d) Purchasing
e) Fabrication
fl Delivery
g) Similar sequenced activities
c. No extension of time will be authorized b�cause of the Contractor's failure to
transmit submittals sufficiently in advance af the Wark.
CTI'Y OF FORT WORTH 203 8 CIP Year 3-� Conlracl 5
STANDARU CONSTRUCTIdN SPECIFICATION DOCiIMENTS City Aroject No.: 101452
Revised December ZQ 2012
oi33oa-a
SUBMITTALS
Page 2 of S
d. Make submittals promptly in accordance wiCh approved schedule, and �n such
sequence as to cause no delay in the Work or in tl�e wozk of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification nuxnbering system in the �ollowing manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. Far the next 2 digits number use nurnbers 01-99 to sequentially nzunber each
initial separate item or drawing subrnitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same dxawing (i.e.
A-2nd submission, B=3rd submission, C=4th s�bmissioz►, etc.). A�ypical
submittal number would be as follows:
03 30 00-08-B
1} 03 3U 00 is the Speciiication 5ection for Cancrete
2) 08 is the eighth initial submittal under this Speci�ication Sectian
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certificafion
Review shap drawings, product data and sarnples, including those by
subcontractors, prior to submission to determine and verify the following:
a. k'ield measnrements
b. Field constz-uct�on criteria
c. Catalog nurnbers and similar data
d. Conformance with the Contract Documents
Provide each shop drawing, sample and product data submitted by the Coatractor
with a Certificatian Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certificaiion Statement
1) "By this submittal, T hereby repz-esent that I have determined and verified
field measurements, �eld 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. �'old shop drawings larger than 8'/2 inches x 11 inches to 8%z inches x l linches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Descrip�ion of Pacl�et
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
L The date of submission and the dates of any previous submissions
CITY OF FORT WORTH 2O18 CIP Year 3— Conlracl 5
STANDARD CONSTItUCTION SPECIFICATION DOCUMENTS City Project No.: 101452
Revised Decem6er 20, 2Q12
01 33 00 - 3
S�IBMITTAI,S
Page 3 of S
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specifica�ion Section number, page and
paragraph{s)
6. Field dimensions, clear�y identified as such
7. Relation to adjacent or critical featUres of the Work or materials
S. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identi�ication by highlighting of revision s on resubmit�als
11. An 8-inch x 3-inch blank space for Conixactor and Ciky stamps
F. Shop Drawings
1. As speciiied in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working}
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system ar equipment inspection and test reports including:
1) Per%z'mance curves and certiiications
i. As applicable to the Wark
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon iield rneasurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Froduct Data
1. For submittals of product data for products inc�uded on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal clata may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) �uch as the manufacturer's product speciiication and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of coznpliances and applicability
4} Roughing-in diagra�ns and templates
5) Catalog cuts
6) Product photogaphs
CITY OF FOR`F WORTH 2D18 CIP Year 3—Contract 5
STANDARD CONSTRUC7'ION SPECIFICATION DOCUME%!TS City Project No.: 101452
Revised December 20, 2012
oi �a oo - a
SUBMITTALS
Page 4 of $
'7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production ar quality control inspection and test reports and certiiications
10} Mill reports
11) Product operating and tnainkenance instructzons and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Sannples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical exa�mples of the Work such as:
I) Secrians of manufactured or fabricated Work
2) Small cuts or containers of materials
3} Camplete units of repetitively used products color/texture/pattern swatches
and range sets
4} Specimens for caordination of eisuaI effect
5} Graphic symbols and units of Work ta be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prioz- to the approeal or qualiiied approval of such item.
1. Fabrication performed, materials purchased or on-sitc construction accomplished
which does not conform to appraved shop drawiings azad data is a� the Contractor's
risk.
2. `I'he City will not be liable for any expense or delay due to corrections or remedies
required to accomplish confo�nity.
3. Complete project Work, materials, fabrication, and installations in canformance
with approved shop drawings, applicable samples, and prod�ct data.
J. Submittal Distribution
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, ar another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittat to designated project directary a�d notify appropriate
City representatives via ez�r�ail of submittal pos�ing.
2) Hard Copies
a) 3 copies far aIt submittaIs
b) If Cantractor requires more than 1 hard copy of Shop Drawings
returned, Contractor sha11 submit more than tne number of capies listed
abo�e.
c. Product Data
1) Upload submittal to designated project directory and no�ify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a} 3 copies for all submittals
d. Samples
i) Distributed to the Project Representative
2. Hard Copy Distribu�ion (if required in lieu of electronic distribution)
CITY OF FdRT WORTH 2O18 CIP Year 3— ContraCt 5
STANDARD CONSTRUCi70N SPECIFICATION DOCUMENTS City Project Na.: 141452
Ravised Dece�ttber 20, 20I2
O13300-5
SITBMITTAI.S
Yage S of 8
a. Shop Draw�ings
1) Distributed to the City
2} Copies
a) S copies for mechanical submittals
h} 7 copies for all other submittals
c} If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies Iisted above.
b. Product Data
1} Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to ti�e Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
prociuct data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide nuxnber of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Fermitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, incIuding details,
dimensions, and materials
c. Approving departures from details fuxnished by the City, except as otherwise
provided herein
2. The review and approval of shop clrawings, samples or product data by the City
does not relieve the Contractor from his/l�er responsibility with regard to the
ful�llment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City wi11
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and irades, for selecting fabrication processes,
for techniques of assernbly and for perforxning Work in a safe manner.
4. If the shop drawings, data or samples as submittec3 describe variatians and show a
departure fronn the Contract requixeraents which Ciry finds to be in the interest of
the City az�d ta be so minor as not to involve a change in Cantract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the sabmittaI.
a) When returned under this code the Contractor may release ihe
equipment and/or material for manufacture.
b. Code 2
C1TY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTIOT! SPECIFICATION DbCUMENTS City Project No.: 101452
Revised December 20, 2U12
013300-6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a can�irmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or zxiaterial for manufacture;
however, all notations and comments must be in.corporated into the
rinal product.
c. Cade 3
1) 'BXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all natations and comments must be incorporated into the
finai product.
b) This resubmittal is to address all comments, amissions and
non-con%rming items that were noted.
c) Resubmittal is to be recei�ed by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when �e submittal does not meet the
intent of the Contract Documents.
a) The Contractor musk resubmit the entire package re�vised to bring the
submittal into canformance.
b) It may be necessary to resubmit using a different manufactiarer/vendor
to meet the Contract Documen#s.
6. Resubmittals
a. Handled in the same manner as first submittals
1} Corrections other than requested by the City
2} Marked with revision triangle or other similar methad
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1} A11 subsequent reviews wi11 be perFormed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2} Provide Cantractor reimbursement to the City within 30 Calendar Days for
a11 such fees invoiced by the City.
c. The need for more than 1 resubmission ar any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not re�iew submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not comple�e will be retumed to the
Cantractor, and will be considered "Not Approved" until resubmitted.
c. The Ciky may at its option provide a list or mark the snbmittal direcking �he
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CiTY OF FORT WORTH 2O18 CIP Year 3-- Contract 5
STANDAItD C�NSTRUCT"[ON SPECIFICATIQIY DOCUMENTS City Projecf No.: 101452
Revised Deceinber 2d, 2012
013300-7
SUBMITTALS
Page 7 of S
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the consteuction in accordance therewith and no farther
changes therein except upon wzitten instructions frora the City.
10. �ach submittal, appropriately coded, will be returned within 30 Calendar Days
follawing receipt af submittal by the Ciry.
L. Mock ups
1. Mock Up units as specrfied in individual Secfions, include, but are not necessarily
limited to, complete units of the standard of acceptance far that type of Work to be
used on the Proj ect. Remove at the completion of the Wark or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifcations, submit a P.E.
Certification for each item required.
N. Rec�uest for Infox�mation {RFI)
1. Contractor Request for additional information
a. Clarification or intexpretatian o�the contaract docurnents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the con£fict and request clarification
2. Use the Request for Information (RFI} form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-�", beginning with "01" and
rncreasing sequentially with each addiiional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the projecf information reqnest indicates that a change to ihe
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUEMITTALS [NOT USED]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS jNOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITI4NS [NOT USED]
1.1� WARRANTY [NOT USED]
CITY OF FOKT WORTH 209 8 CfP Year 3— Contract 5
STANDARD GONSTRUCT1pN SPEGIFIGATION DQCUMENTS City Project NO.: 101 �452
Revised Deceinber 20, 2012
az 33 00 - s
5UHMITTALS
Page 8 of $
�ART 2 - PR�DUCTS [NOT USED]
PART 3 - EXECUTION [N�T USED]
END OF SECTION
Revision Log
DATE NAME SL3MMARY OP CHANGE
12/24/2012 D. lohnson 1.4.K,S. Working Days modified ta Calendar Days
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUGTIpN SPECIFICATION DQCUMEI�lTS City Project Nn.: 9 01452
Revised ]�ecember 20, 2012
i �
� 2
3
�
�
4 PART 1 - GENERAi,
5 T1 SUMMARY
6
7
8
9
10
1I
12
13
14
15
16
17
18
19
20
21
22
23
24
25
SECTION 0] 3513
SPECIAL PROJECT �ROCEDURES
O13513-1
SPECIAL PROJECT PROCEIJURES
Page 1 of 8
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Pragram
d. Air Poiluiion Watch Days
e. Use of E�plosives, Drop Weight, Etc.
f. Water Deparhnent Notificarion
g. Public Notificat�on Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Cantrol
k. Employee Parking
B. Deviations fronn this Ciry of Fort Worth Standard Specification
1. Non.e.
C. Related Speciiication Sectians incluc�e, but are not necessarily limited to:
1. Division Q— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Di�vision 1— General Requirements
3. Section 33 12 25 — Connection to Existing Water Mains
26 1.2 PRICE AND PAYMENT PROCEDURES
27
28
29
30
31
32
33
34
35
3b
37
38
39
A. Measurement and Payment
1. Coordination within Railroad permit az-eas
a. Measurement
1} Measuxeznent for this Xtem will be by Iump sum.
b. Payment
1) The work performed and materials fizrnished in accordance with this Item
�ri11 be paid for at the lutnp sum price bid for Railroad Coordination.
a The price bid shaIl include:
1) Mobilization
2) Inspectian
3) Safety training
4} AdditionalInsurance
S) Insuranc� Certificaies
CTTY OF FORT WOIZTH
STAAlDAKD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Aecember 20, 2012
20 ] 8 CIF Xear 3— Contract 5
City Project No.: 101452
013513-2
SPECIAL PAOJECT PROCEDURES
Page 2 of S
1
2
3
4
5
6
7
8
9
14
11
12
13
14
15
16
17
1$
6} Other requirements associated with general coordination with Railraad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
constzuction of the Project.
2. Railroad Flagmen
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1} The work performed and materials furnished in accordance with this Ttem
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements assaciated with Railraad
3. All other items
a. Woric associated with these Items is considered subsidiary to the variaus Items
bid. No separate payment will be allowed for this Item.
19 1.3 REFERENCE�
20 A. Reference Standards
21 1. Reference standards cited in this Specification refer to the current reference
22 standard published at the rime of the latest revision date logged at the end of this
23 Specifscation, unless a date is specifically cited.
24 2. Health and 5afety Code, Title 9. Safety, Subiitle A. Public Safety, Chapter 752.
25 High Voltage Overhead Lines.
26 3. North Central Texas Council of Governments (NCTC4G) — Ctean Construction
27 Specifica�ion
28 i.4 ADMINISTRATIVE REQUIREMENTS
29 A. Caordination with the Texas Department of Transportation
30
31
32
33
34
35
36
37
38
39
40
41
1. When wark in the right-of-way which is under the jurisdiction of the Texas
DeparEment of Transportation (TxD4T}:
a. Notify the Texas DeparC�nent of Transportation prior to commencing any vvork
therein in accoardance wi�h khe pravisions of the permit
b. All wark performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
Regulatory Requirements
a. All Work near Hig� Voltage Lines {more than 640 volts measured between
conductors or between a conductor and �e ground) shall be in accordance with
Health and Safety Cade, Title 9, Subtitle A, Chapter 752.
42 2. Warning sign
43 a. Pravide sign of sufficient size meeting alI OSHA requirements.
44 3. Equip�nent operating within 10 feet of high voltage lines will require the following
45 safety features
CITY OF FORT WOIiTH 2O18 CIP Year 3— Contract 5
STANDARD COI�STKUCTION SPECIFICATi�N DOCUMENTS Gity PrajectNo.: 101452
Revised December 20, 2012
Ol 35 13 - 3
SPECIAL PROJECT PROCEDUR�S
Page 3 of 8
�
2
3
4
5
6
7
S
9
10
T1
12
13
14
15
16
17
f8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
�3
44
45
46
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connectians for back hoes or dippers
c. Equipment must meet the safety requiremenis as set forth by OSHA and the
safety reyuirements of the owner af the l�igh voltage lines
4. Work within 6 feet of high voltage eleciric lines
a. Notification shall be given to:
1) The power company {example: ONCOR)
a) Maintain an accurate Jog of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1} Af'ter notification cQordinate wiih the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provzde and follow approved Confined Space Entry Program in accordance with
OSHA r�quirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confinec� Spaces
D. Air Follution Watch Days
1. General
a. Observe ihe following guidelines relating to working on Ciry construction sites
on days desigtiated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
1) May 1 through October 31.
c. Critical Emission Time
1) 6:00 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TCEQ}, rn coordination
with the National Weatl�.er Service, will issue the Air Pollution Watch by 3:00
p.m. on the a�ernoon prior to the WATCH day.
b. Reyuirements
1) Begin worlc after 10:00 a.m. whenever construction phasing requires the
use of motorized equipment for periods in excess of 1 hour.
2) However, the Contractor may begin work prior to 10:00 a.m. if
a) Use of motorized eq�ipment is less than 1 hour, or
b) Ifequipment is new and certi�ed by EPA as "Low Emitting", or
equipment b�rns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
al�enr�ative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per reyuirements of TCEQ.
F. Use of Explasives, Drop Weight, Etc.
1. When Contract Dacuments permit on the project khe foIiowing will apply:
CdTY OF FORT WORTH
STANDARD CdNSTRiJCTION SPECIFICATION DOCUMENTS
Revised Aecember 20, 2012
2018 CTP Year 3— Conh�ct S
City Project No.: i 01452
O1 35 13-4
5PECIAL PRpJEGT PRQCEDURES
Page 4 of $
f a. Public Notification
2 l.) Submit notice to City and proof of adequate insurance coverage, 24 hours
3 prior to comznencing.
4 2) Minimum 24 hour public notification in accordance witki Section al 31 13
5 G. Water Department Coordination
6 1. During the construction of this proj ect, it will be necessary ta 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 ac�ivating
9 �hose lines.
1Q 2. Coordinate any event that will require connecting to or the operation of an existing
11 City water line system witl� the City's representative.
12 a. Caordination shall be in accordance with. Section 33 12 25.
I3 b. If needed, obtain a hydrant water meter from the Water Department for use
14 during the life of named project.
i5 c. In the event that a water valve on an existing live system be turned o�' and on
I6 to accommodate tne construction of the project is required, coardinate this
17 activity through the appropriate City representative.
18 1} Do not operate water line �alves of existing water system.
19 a) Failure to camply will render the Contractor in violation of Texas Penal
20 Code Title 7, Chapter 28.03 {Criminal Mischie fl and the Contractor
21 will be prosecuted to the full extent of the law.
22 b} In addition, the Contractar will assume a111iabilities and
23 responsihilities as a result of these actians.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
H. Public Notifcation Prior to Beginning Construc�ion
1. Prsor to beginning canstruction on any block in �he project, on a block by block
basis, prepare and deliver a notice or flyer af the pending constr�ctian ta the front
door of each residence or business that wili be impacted by construction. The notice
shall be prepared as folIows:
a. Post notice or flyer 7 days prior to beginning any construction activity on each
block in the project area.
1) Prepare �lyer an t}�e Contractar's ]etterhead and include the fo�lowing
information:
a} Name of Project
b) City Project No (CPN)
c} Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
f} Name of the City's inspector and phone number
g) City's after-hours phon� number
2) A sample of the `pre-canstructian natification' flyer is attached as Exhibit
41 A.
42 3) Submit schedule showing the canstniction start and finish time for each
�3 block of the project to the inspector.
44 4) Deliver flyer to the City Inspector for review prior to distribution.
45 b. No construction w�ill he allowed to begin on any block until the flyer is
46 delivered to a�l residenks of the block.
47 I. Public Notiiicafion of Temporary Water Service Interruption during Canstrucfion
C1TY OF RORT WQBTH 2O18 G�P Year 3— Contract 5
STAhIDARD CONSTRUCTION SPECIFICATIO�I DOCUM�.NTS City Project No.: 101452
Revised December 20, 2012
Ol 35 I3 - 5
SPECIAL PROJECT PROCEDi7RES
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
I9
20
21
22
1
�
In the event it becomes necessaty to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front doar of each affected resident.
Prepared notice as foliows:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractar's letterhead and include the follawing
informafion:
1) Name of the proj ect
2) City Proj ect Number
3} Date of the interruption of service
4} Period the interruption wi11 take pIace
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone nurnber
c. A sample of the temporary water service interruptian notification is attached as
Exhibit B.
d. Deliver a copy of the temporaty interruption notification to the City inspector
for review prior to being disiributed.
e. No interruption of water service can occur until the flyer has been delivered io
all af�ected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Projeci
Construction Inspector.
23 J. Coordination with United Siates Arniy Corps of Engineers (USACE)
2�4 1. At locations in ihe Project wh�re constz-uction activities occur in areas where
25 USACE permits are required, meet all requirements set forth in each designated
26 permit.
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
K. Coordination within Railroad Pertni# Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements sei forth in each designated
railroad permit. This inclndes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety lraining
d. Additional insurance
e. Insurance certificates
f 4ther employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or fro�n the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to cornply with ihe railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
L. Dust Control
1. Use acceptable measures to contro� dust at the Site.
a. If water is used to controI dust, capture and properly dispose of waste water.
CITY OF FORT WORTH 2418 CIP Year 3— Contract 5
STANDARD CONSTRUC'T'ION SPECIFICATION DOCIJMENTS Giry Projecf No.: 101452
Revised December 20, 2012
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1 b. If wet saw cuiting is pez-�ormed, capture and properly dispose of slurry.
2 M. Employee Parking
3 1. Provide parking for employees at locaiions approved by the City.
4 1.� SUBMITTALS [NOT USED]
5 1.6 ACTION SUBMITTALSIIN�ORMATIONAL SUBMITTALS [NOT USED]
6 1.7 CLOSEOUT SUBMITTALS [NOT USED]
7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj
8 1.9 QUALITY ASSURANCE [NOT USEDj
9 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
10 111 FI�LD [SITE] CQNDITIQNS [N4T USED]
11 1.12 WARRANTY [NOT USED]
12 PART 2- PRODUCTS [NOT USED]
13 PART 3- EXECUTION [NOT USED]
14
15
END OF SECTION
Revision Log
DATE NAME �i.T1VIIVIARY OF CHANGE
1.4.B — Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Pub]ic Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCLQ Air Permit
16
CTTY OF FORT WOIiTH 201 S C1P Year 3— Contract 5
STANDARB CONSTRUCTIOI�f SPECIFICATION DpCUMENTS City Project No.: 101452
Rcvised December 20, 2012
�
Oi3513-7
SPEClAL P120JECT PROCEDURES
Page 7 of $
�
�
i
�
�
�
s
.�
r
1
2
3
4
5
6
7
8
9
lo
�1
12
13
14
15
16
17
is
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN Na.:
Praject Name:
Mapsco Location:
Limits of Construction:
� �
�I
I II i I I I � �
I� �i
YbIS IS �9 IN��RY� YOU i HA i U�l��R �, CON i�C i�IITH iH� CITY OF FOFti
�r!lORYl�, OIJF� COMP�,MY d4lIL� �VIORK ON Uil�liY �I➢V�� ON OF2 AROUf�� YOUR
��o��R�v.
CON�TRUGiIOfd �II�� ��Glld A�4��iOXI�'MPIAi��Y S�l/��d �AYS �ROil�ff �b� ��Y�
OF TFiIS NO'TIC�.
IF YAU F1�►�/� C�U�S�'I�NS ��011i /#CC�S�, S�CIJ�I�Y, SA�� i Y OR AfdY Oii-���
ISSU�, L�l.��►S� �ALL:
iE�r. �CONT�3AGTOR�S SUPERIN'i�NDEiVT� �T �Y�LIE�fiONl� NO.�
OR
Yl�ir. �GIgY 11�5P�C�OR� AT � TEL�PbON� NO.�
AF'T�R �4:30 P�'�r'J 012 Oi� �I��K�Nl�S, L�L��5� C�#�� {89�) 392 �306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
C1TY OF FORT WORTH
STANDARD CONSTRUCTIOM SPECIFIGATION DOGUMENTS
Kevisad Deceinber 20, 2012
2018 CIP Year 3— Contract S
City Project No.: 101452
013513-5
SPECIAL PRp,iECT PROCEDURES
Page 8 of $
1
�
EXHISIT B
��RT �ORT�
�
�1� �1k�. �C9[R�[
��
����� �� ������ ����� ���V�
����i�R��
DiJ� TQ UTII,ITY Il47PROVEMENT� iN YQUR N'EIGHB(3RH04D, YOUIt
WA'i'�R SERVICE WILL BE II�'TERItLFPTED ON
AETWEEN TSE �UY71tS aF A.ND
IF YOU �AVE Ql3E3Ti0ATS ABQU'1` THIS SiiUT-OUT, i'LT.4,BE CALLc
MR �T
(CQNTRAGTORS 5UPE12iI�'CE1�LN7� {1'ELEP�QNE NUMBEit)
QR
Mii.
(Ci'fY INSP�CTpR;
AT
�� (TEi.EPHbNE 1VUMBER)
TH[S INCaNVFNIENCE WII.I, B� A$ 9HOR'Y' AS POSSIBLE.
TSAPTaC YQU,
GONTiiACTOit
�j
4
CITY OF FORT WQRTH
STANDARD CONSTRUCT10I1 SPECIFICATION I?OCUMBNTS
Revised Deceinber 20, 2012
20 ] 8 CIP Year 3— Contract 5
City Project No.: 101452
�
4
!
I
�
i
i
�
014523
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 �3
TESTING AND INSFECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions ofthe Contract
2. Division l— General Requirements
�.� PRICE AND PAYMENT PROCEDURES
A. Measurennent and Payment
1. Work associated with this Item is considered subsidiary to ihe various Iteztas bid.
No separate payznent will be allowed for this Iter�.
a. Contractor is responsible for performing, coardinating, and payment of ail
QUality Control testing.
b. City is responsibie for performing and payment for first set of Quality
Assurance testing.
1) If the first Quatiiy Assurance test performed by the City faiis, the
Contracior is responsibie for payment of subsequent Qua�iiy Ass�u'ance
testing until a passing test occurs.
a) Final acceptance will not be issued by City uniil all required paytnents
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, suffciently
in advance, when testing is needed.
b. When testing is required to be completad by the Cantractor, notify Ciiy,
suff ciently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH
STANI�ARD CONSTRUGTION SP�CIFICATION DOGUMENTS
Revised March 9, 2020
2018 GIP Year 3— Gontract 5
Ciiy Projecl No.: 109452
O 1 �45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
2} Upload test reports ta designated project directory and notify appropriate
City representatives via email of submittal posting.
3} Hard Copies
a) 1 copy for all submii#als submitted to the Project Representative
b. Hard Copy Distribution (if reyuired in lieu of electronic distribution)
1} Tests performed by City
a) Distribute 1 hard copy to the Contractor
2} Tests per%rmed by the Contractor
a) Dist�ibute 3 hard copiea to City's Praject Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the fallowing information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspectian or lack of inspection does taot relieve the Contractor from obligatian to
perform work in accordance with the Contract Documents.
1.5 �UBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATI4NAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITI4NS [NOT USED]
1.12 WARRANTY [N�T USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Re�ision Log
DATE NAME SUMMARY OF CHANGE
3/9/2d2a D.V. Magana Removed reference to Suzzsaw and noted that electronic submittals be uploaded
through the City s documen# management system.
C1TY OF FOR'F WORTH 2O18 CIP Year 3— Cnntract 5
STANDARD CONSTRUCTIOAI SPECiFICATION DOCUMENTS City Project No.: 9 01452
Revised March 9, 2U20
015000-1
TEMPORARY FACILITIES A[V17 CON'fi20LS
Page 1 of 4
SECT�01�1015fl 00
TEMPORARY FACILITIBS AND CONTROLS
PART1- GENERAL
1.1 SUIVIMARY
A. Section I�cludes:
1. Provide temporary facilities and controls naeded for the Work incIuding, but not
necessarily limiied to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City af Fort Worth Standard Specification
1. None.
C. Retated Spcci�cation Sections include, but are not necessarily �imited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.� ADMINISTRATNE REQUIREIVIENTS
A. Temporary UtiIities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temparary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs untii Work is approved for Final
Acceptance.
1) Included are fuel, power, iight, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Wark to be
perforn�red and for speci�ed tests of piping, equipment, devices ar ather use as
required for the completion of the Work.
b. Provide and maintain adequate suppIy of po#able water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
l) Contaci City 1 week before water for construction is desired
CITY OF FORT WpRTH 2O18 GIP Year 3— Gontraci 5
STATIDARD CONSTRUCTIdN SFECIFICATION DOCUMENTS City Projecl Na.: 101452
Revised July I, 201 E
oi s000-a
TEMPORAAY FACILITIES AI�lD CONTROLS
Page 2 of 4
4_
�
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City %r payment as billed by City's
established rates.
Eleciricity and Lighting
a. Pravide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation af equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
Telephone
a. Pravide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
Temporary Heat and Ventilation
a. Pravide temporary heat as necessary for protection ar co�npletion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary �'acilit�es
1. Provide and maintain sanitary facrIities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sawage and waste sa as not io cause nuisance or health
prablern.
d. Haul sewage and waste aff-site ai no less than weakly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughaut Praject.
4. Remove facilities at completian of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and e�uipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materiais in a neat and orderly manner.
a. Place materials and equipment ta permit easy access far identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
G. Remove building from site priar to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
docurnents
E. Dust Contral
CTTY OF FORT WdRTH 2O18 CIP Year 3— ContraCl 5
STAI�DARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.: 109452
Revised 7uly 1, 20i ]
i
OI5000-3
i TEMPOItARY FACILITIES AND CONTROLS
- Page 3 of 4
- 1. Contractor is responsible for maintaining dust control through the c�uration of the
'r project.
a. Cantractor remains on-ca11 at all times
b. Must respond in a tirnely rnanner
! F. Temporary Protection of Construction
1. Contractar or subcontractors are responsible for protecting Work from damage due
to weather.
. L5 SUBMXTTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORT�IATIONAL SUBMITTALS jNOT USED]
-'r
�
i
'r
r
�
t
t
l
l.i CLOSEOUT SUBMITTALS jNOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION �NOT USED]
31 INSTALLERS [NOT USED]
3.2 EXAMYNATIUN [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Mai�tain all temporary faciIiiies for duration of construction activiiies as needed.
3.� [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.9 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJ[TSTING [NOT USED]
3.14 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
C1TY OF FQRT WORTH
STANDARI7 CONSTRUCTION SPECIPIGATION DOCUI�ENTS
Revised July 1, 2011
2018 CIP Year 3— Contract 5
Gity Praject No.: 101452
oi saao-a
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove a11 temporary facilities and restore area a�ter completion of the Work, to a
conditian eyual to or better than priar to start of Wark.
3.�2 �ROTECTION [NOT USED]
3.13 MA�NTENANCE [NOT USED]
3.1� ATTACHMENTS [NQT USED]
END OF SECTION
Revision Log
DATE NAIv� ST TMMARY OF CHANGE
CrrY oF �'olt'r WOR'rx 2018 CIF' Year 3— Gontract 5
STANBARD CDNSTRLTCTION SPECIFICATION DOCUMENTS Gity PrOjeCt No.: 101452
Revised July l, 201 [
f
[
�
Ol 55 26 - I
STKEET USE PERMIT AND MODIFICATIONS 'TO TRAFFIC CONTROL
Page I of 3
' SECTION Ol �S 3�6
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
�
{ PART1- GENERAL
i
1.1 SUMMARY
' A. Section InclucEes:
1. Administrative procedures for:
f a. Street Use Permit
- b. Modification of approved traffic control
c. Removal of Street Signs
� B. Deviations fronn this City of Fort Worth Standard 5pecifcaiion
i
1. None.
C. Related Specification Sections include, bnt are nat necessarily limited to:
1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contraci
2. Division 1— Ge�eral Requirements
3. Section 34 71 13 -� Traffic Control
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payznent
1. Work associated with this Item is considered subsidiary to the various Items bid.
Na separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this speciitcation refer to the curren# reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD}.
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Sectiotz 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare trafiic
control plans in accordance with Section 34 7l 13 and submit to City for
review.
1) Allow minimuzn 10 warking days for review of proposed Trafiic Control.
B. Street Use Fermit
1. Prior ta instaltation of Traffic Control, a City Street Use Fermit is required.
a. To obiain Street Use Pertnit, submit Traffic Control Plans to City
Transportatian and Public Works Department.
C1TY OF FORT WORTH 2D18 CfP Year 3— Contract 5
STANDARD CONS"CRUCTION SPECIFICATION �OCUM�NTS City ProjeCt No.: 101452
Revised 7uly 1, 2011
015526-2
STREET USE PSRMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2j Contractor's responsibility to coordinate review ofTraffic Control p�ans far
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffc Control
1. Prior to installation traffic control:
a. Submit revised �raffic control plans to City Department Transportation and
Public Works Department.
l) Revise 'Fraff'ic Control plans in accordance with Section 34 7l 13.
2) Allow minimum 5 warking days for review of revised Traffic Controi.
3) It is the Con�ractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not deiayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be remaved for constructio�a, then contact
City Transportation and Public Works Department, Signs and Markings Davision to
remave the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace perrnanent sign with temporary sign meeting
requirements of the latest edition of the Te�s Manual on Uniform Traffic Control
Devices {MUTCD}.
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traff c Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBM�TTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
Lll FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [N4T USED]
END OF SECT�ON
CITY pF FpRT WORTH 2O18 CIP Year 3— ContraCl 5
STANDARD CONSTRUCTION SPECIFCCATION DOCUMENTS Cily Projact I�o.: �D9�452
Revised July 1, 201 l
p15526-3
STREET [13E FERMIT AND MODIFICATIONS TO Ti2AFFIC CONTROL
Page 3 of 3
Revision Log
DAT� NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O98 CiP Year 3— ContraCl 5
STANDARD CONSTRUCTION SPECIFICA770N DOCUMENTS Cily Projecl No.: 101452
Revised July 1, 2011
#
s
;
015713-1
STORM WA7'ER POLLUTION PREVENI'ION
Page 1 of 3
SECTION 015713
STORM WATER POLLUTION PREVENTION
; PART1- GENERAL
1.1 SUMMARY
A. Section lncludes:
1. Procedures for Storm Water Pollution Prevention Plans
! B. Deviations from this City of Fort Workh Standard Specification
1. None.
_ � C. Related Specification Sections inciude, but are not necessarify limited to:
� 1. Division b— Bidding Requirements, Contract Forms and Conditions of the
Contract
� 2. Division 1— General Requirements
I
" 3. Section 31 25 00 — Erosion and Sediment Control
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payraent
1. ConsYruction Activities resulting in tess than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan; SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged ai the end of this
Speciiication, unless a date is specifically cited.
2. Integrated Siorm Management {iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
i. Contractor is responsible for resolution and payment of any fines issued assaciated
with compliance to Stormwater Pollution Prevention Plan.
CTI'Y OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIPICATION DpCUfvfEN7'S City Project No.: 101452
Revised 7uly 1, 2011
Q15713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Acti�ities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosio:n and sediment control in accordance with 5ection 31 25 00 and
Drawings.
2. 1 to less than 5 acres of distt�rbance
a. Texas Pallutant Discharge Elimination System (TPDES) General Constructian
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1} TCEQ Small Construction Site Notice Required under generaI per�nit
TXR15Q00�
a} Sign and post at jab site
b) Prior to Preconstruction Meeting, send 1 copy ta City Department of
Transportation and Public Warks, �nvironmental Di�ision, (817) 392-
6088.
2) Fro�ide erosion and sediment control in accardance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 Genera� Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System {TPDES} General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ N�I fornt and submit to TCEQ along with requirec� fee
a) Sign and post at job site
b} Send copy to City Department of Transportation and Public Warks,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosian and sediment control in accordance with:
a} Section 31 25 00
b) The Drawings
c} TXR150Q00 General Permit
d) SWPPP
e} TCEQ requirements
4) Once the project has been campleted and all the closeaut reyuirements of
TCEQ haue been rnet a�CEQ Notice of Termina�ion can be submitted.
a) Send copy to City Department of Transportation and i'ublic Works,
Environmental Division, (817) 392-6088.
L5 SUBMITTALS
A. SWPPP
i. Submit in accordance with Section 41 33 00, except as stated herein.
a. Frior to the Preconstruction Meeting, submit a draft copy af SWPPP to the City
as follows:
1} I copy to the City Project Manager
a) City Project Manager will forward ta the City Department of
Transportation and Public Works, Enviranmentai Division for re�iew
CITY OF FORT WORTH 2O18 CIP Year 3— Goniracf 5
STANDARD CONSTTtUC7'IOM SPECIFICATION DOCUMENTS City Project No.: 901452
Revised July 1, 201 l
�
�
i
�
�
s
;
r
o�s��a-3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMXTTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURAIiTCE [NOT USED]
� 1.10 DELIVERY, STORAGE, AND HANDLING [T�iOT USED]
111. FIELD [SITE] CONDITIONS [NOT USED]
' 1.12 WARRANTY [NOT USED]
�
,
�
�
�
�
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [N4T USED]
END OF SECTION
Revision Log
DATE NAME SLJMMARY OF CHANGE
CITY DF FORT WORTH
STANDAKII CONSTRUCTION SPECIFICATIdN DOC[JMENTS
Revised July 1, 2011
2018 CIP Year 3— Contract 5
City Project No.: 101452
r
r
r
l
�
�
�
r
:
�
F
,'
�
SECTION U15813
TEMP�RARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
4[5813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
A. Section includes:
1. Temporary Project Signage Reyuirements
B. Deviations from this City of Fort Worth Standarc! Speciiication
1. None.
C. Related Specification Sections include, but are noi necessarily limited ta:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment �
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMIN�STRATNE REQUIREMENTS [NOT U�ED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.i CLO�EOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
; 1.9 QUALITY ASSURANCE [NOT USED]
t
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
, 1.11 FIELD [SITE] CONDITIDNS [NOT USED]
1.12 WARRANTY [NOT USED]
PARTZ- PRODUCTS
2.1 OWNER-FURNYSHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND 1VIATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH
STANDARD CONSTRUC770N SPECIFICATION DOCUMENTS
Revised July 1, 2011
2018 CiP Year 3— Contract 5
City Project No.: 101452
015813-2
TEMPORARY PROJ�CT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/a-inch fir glywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 �- EXECUTION
3.1 INSTALLERS [NOT USED]
3.�. EXAMINATXON [NOT USED]
3.3 PREPARATT4N [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical instaltation at extents of project.
2. Relocaie sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT U�ED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.S SYSTEM STARTUP [NOT USED]
3.9 ADJU�TING [NOT USED]
3.14 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [N4T USED]
3.1� PROTECTION [N�T USED]
313 MAINTENANCE
A. General
1. Maintenance will include painting ar�d repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END O� SECTION
CTTY OF FORT WdRTH 2418 CIP Year 3— Coniracl 5
STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS City Project No.: 101452
Revised 7uly 1, 2011
az ss �a-3
TEMPORARY PR07ECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME ST TMMARY OF CHANGE
C1TY OF FORT WOKTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION UOGUMENTS City Projecf Ho.: 101452
Revised July 1, 2011
r
f
r
�
' PART1- GENERAL
�
�
1.1 SUMMARY
SECTION Dl GO 00
�'RODUCT REQUIREMENTS
01 60 OQ
PROT3[1CT REQUIItEMENTS
Page 1 of 2
A. Section Includes:
1. References for Product Reyuirements and City Standard Products List
B. Deviations from this City of Fort Worth Stanc�ard Specification
1. None.
C. Related �pecification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coniraci
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [N�T USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for tase is available through the City's website at:
https://apps.foriworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Siandard Products List
B. On1y products specifically included on City's Standard Product List in these Contract
Documenis shall be allowed for use on the Project.
1. Any subsequently approved praducts will only be atlowed for use upon specific
approval by the City.
C. Any specific prod�zct requirements in the Contract Documents supersede similar
praducts included on the City's Standard Product Lisi.
1. The City reserves the right to not allow products io be used for certain projects even
thaugh the praduct is listed on the City's Standard Praduct List.
D. AIthough a specific product is included on City's Sia►adard Product List, not all
products from that manufaciurer are approved for use, including but not limited to, thai
manufacturer's standard praduct.
E. See Sectian O 1 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.� SUBMITTALS [NOT USED]
l.b ACTION SUBMITTALSIINFORMATIQNAL SUBMITTALS [NOT USED]
1.9 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURA.NCE [NOT USED]
CITY OF FORT WORTH 2p18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No.: 101452
Revised March 9, 2020
O] 6000
PItODUCT REQi ]IREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, A1vD HANDLING [NOT U�ED]
1.11 FIELD [�ITE] CONDITIDN� [NOT USED]
1.12 WARRANTY [NOT U�ED]
PART 2 - PRODUCTS [N�T USED]
PART 3- EXECUTION jNOT USED]
END OF SECTION
Revision Log
DATE NAIv� SUMMARY OF CHANGE
10/12/22 D. Johnson Modified Locatian of City's Standard Product List
3/9/2020 D.V. Magana Removed reference to Buzzsaw and nated that the City approved products list is
accessible through the City's wehsite.
C1TY pF �'ORT WORTH 2O18 CIP Year 3— Contract 5
STA�TDARD CONSTRUCTION SPECIFICATION DOCLJNIENTS City Project No.: 101452
Revised March 9, 2026
i
�
�
016600-1
PRODUGT STQKAGE AND HANDLIlVG REQUIREMENTS
Aage 1 of4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
�
� PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of produci delivery
� 2. Packaging of products for delivery
3. Arotection of products against damage from:
a. Handling
b. Exposure to efements or harsh environments
. B. Deviations from this City of Fort Worth Standard Specification
1. None.
� C. RelaYed Specification Sectians include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contract
� 2. Division 1— General Requirernents
: 1.� PRICE AND PAYMENT PROCEDURES
t A. Measurement and Payment
� 1. Work associated with this Item is considered subsidiary to the various Iiems bid.
No separaie payment wili be allowed for this Item.
, 1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUSMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as reyuired to a11ow iimely installation
and to avoid prolonged storage.
2. Provide apprapriate personnel and eyuipment to receive deliveries.
3. Delivery trucks wil� not be permitted to wait extended perioc�s of time on the Site
for personnel or eyuipment to receive the delivery.
C1TY OF FORT WOIt`I'H 2O98 CIP Year 3— Contract 5
3TANAARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 109452
Revised July l, 2011
Q16604-2
PRODUGT STpRAGE AND HANDLING REQUIILEMENTS
Page 2 of 4
4. Deliver products ar equip�naent in manufacturer's ariginal unbroken cartons or other
containers designed and constructed to protect the contents from physical ar
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item an� installation
location.
6. Pravide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorparated into Work to prevent
damage to any part of Work or existing facilities and to main#ain free access at
all times to alI parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials ancl equipment neatIy and compactly stored in locations that will
cause minimum inconaenience to ot�ar cantractars, public tra�el, adjoining owners,
tenants ar�d occupants.
a. Arrange storage to provide easy access for inspectian.
4. Restrict storage io areas auailable on construction site for storage of inateria� and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and proiection when on-site storage is not adequate.
a. Frovide addresses of and access to aff-site storage Iocations for inspection by
City's Project Representative.
6. Do not use lawns, grass plats or ather private praperty for starage purposes without
written permission of awner or other person in possession or control of premises.
7. Stare in maziufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet fram fire hydrant.
9. Keep public and private driveways and streei crossings open.
10. Repair or replace damaged lawns, sidewalks, stre�ts or other improvements to
satisfaction of City's Project Representative.
a. Tota1 length which materials may be distributed along route af construction at
one time is 1,000 linear feet, unless otherwise appro�ed in writing by City's
Project Representative.
CITY OF FDRT WORTH 2O18 CIP Year 3— Gontract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No.: 101452
Revised July 1, 2Q11
4
016600-3
PRODUCT S`T'ORAGE AND HANDLIl+lG REQUTREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [1�TOT USED]
i
' 11� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
' PART 3 - EXECUTION
3.1 INSTALLERS �NOT USED]
4 3.2 EXAMINATION [N�T USED]
3.3 PREPARATION [NOT USED]
,
j 3.4 ERECTION [NOT USED]
,
3.� REPAIR / RESTQRATION [NOT USED]
' 3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD �ox] SITE QUALITY CONTROL
i
� A. Tests and Inspections
1. Inspect all products or equipment delivered to the site priar to unloading.
x B. Non-Conforming Work
1. Rejeci all products or equipment that are darnaged, used or in any other way
unsatisfactary for use on the project.
� 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
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in iocation to avoid physicaI damage to items while i�
storage.
C. Protect equiprnent from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.1Q ATTACHMENT� [NOT USEDj
END OT� SECTION
CITY OF FoRT WOKTH 201 & CII' Year 3— Conlracl 5
STANDARD CONSTRUGTION SPECIFICATION DOCUMEN"F5 City Project Mo.: 9 d9452
Revised luly 1, 2011
o i s6 00 - a
PI�ODUCT STORAGE AND HANDLING REQ(]IREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF PORT WOItTH 2O18 C[P Year 3— Contract 5
STANDARD CdNSTRUGTIpN SPECIFICATION DOCUMENTS City Project No.: 101452
Revised July 1, 20[ 1
0170DO-1
MOBILIXATIpN ANO REMOBILIZATIdN
Page 1 of 6
1
2
3
S�CTIOiV 0� �0 OD
MOBILIZATION AND R�MOBI�IZATfON
4 PART � - GEFUEE3AL
5 1.1 SUNIMARY
6 A. Section Indudes:
7 1. Mobilizatian and Demobilization
8 a. Mobilization
9 1) Transpartation o# Contractor's personnel, equipment, and operating
10 supplies to the Site
11 2) �stablishmeni of necessary general facilities for the Contractor's operation
12 at the Site
13 3) Premiums paid far perfarmance and payment bonds
14 4j Transportation of Contractor's personnel, equipment, and operating
15 supplies to anather location within the designated Site
16 5j Relocation of necessary general facilities for the Contractor's operation
17 from 1 locat�on to another location an the 5ite.
18 b. Demobilization
19 1) Transportation of Contractor's personnel, equipment, and operating
2p supplies away from the Site including disassembly
21 2) Site Clean-up
22 3) Remaval of all buildings and/ar other facilities assemhled at the Site for
23 this Contract
24 c. Mobilization and Demobilization do nat include activities for specific items of
25 work that are for which payment is provided elsewhere in the contract.
2� 2. Remobilizatian
27 a. Remobilizatian for Suspension of Work specifically required in the Contract
28 Dacuments or as requirec# by City includes:
CITY OF FORT WORTH 2Qi8 CIP Year 3— Contract 5
STANDARD CON57RUCTION SPECIFICATION DOCUMENTS City Project No.: 1D1452
Revised November 22. 2415
os�000-x
MOBILIZATION AND REMOBILIZATIO�f
Page 2 of 6
1
].) Demobilization
2 a) Transportation of Contractor's persannel, equipment, and operating
3 supplies from the Site including disassembly or temporarily securing
4 equipment, supplies, and other facilities as designated hy the Contract
5 Documents necessary to suspend the Work.
6 bj Site Clean-up as designated in the Contract Documents
7
zj Remobilization
8 aj Transportation of Contractar's personnel, equipment, and operating
9 supplies to the Site necessary to resume the Work,
10 b) Establishment of necessary general faciiities far the Contractor's
11 operation at the Site necessary to resume the Work.
�.2 3) No Payments will be made for:
13 a) Mobilization and Demabilizatinn from one location to another an the
14 Site in the normal progress of performing the Wark.
15
16
�.7
7.8
19
20
b) Stand-by or idle time
cj Lost prafits
3. Mabilizations and Demobilizatian for Miscelianeous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the acti�ities and cost on a Work Order basis
necessary for:
21 aj Transportation of Contractor's personnel, equipmen�, and operating
22 supplies ta the Site for the issued Work Order.
23 b) Establishment of necessary general facilities for the Cantractor's
24 operation at the Site for the issued Work �rder
25 2) Remabilization shali cansist of the acti�ities and cast necessary far:
26 a) Transportation of Contractor's personnef, equipment, and aperating
27 supplies from the 5ite including disassembly for each issued Work
28 Qrder
29
b) Site Cfean-up for each issued Work Order
CITY OF FORT WORTH ZU18 CIP Year 3— Contract 5
STANDAR� CdNSTRUCTION SPECIFICATION OOCUMENTS City Project No.: 102452
Revised Novem6er 22, 2plfi
os �o oa - s
MOBILIZATION AN� REMOBlLIZATIOIV
Page 3 af 6
1 cj Removai of all buildings or other facilities assembled at the Site for
2 each Work Oder
3 b. Mobilizaiian and Demobilizatian do not include activities for specific items of
4 work for which payment is provided elsewhere in the cantract.
5 4. Emergency Mobilizatinns and Qemobilization for Miscellaneous Projects
6 a. A Mobilization for Miscellaneous Projects when directed by the City and the
7 mabilizatian occurs within 24 hours of the issuance of the Work Order.
8
9
B. Deviations from this City of Fort Worth 5tandard Specification
1. None.
1Q C. Related Specification Seetions include, but are nat necessarily limited to:
1�. 1. Division p— Bidding Requirements, Contract Forms and Conditions of the
12 Contract
13
14
15
16
7.7
18
19
za
21
22
23
24
25
26
27
28
2. Division 1—G�neral Requirements
�.2 PRIC� AiVD PAYMENT PROCEDURES
A. Measurement and Payment jConsult City Department/�i�ision for direction an if
Mobilization pay item to be incEuded or the item shouid be subsidiary. Include the
appropriate Section 1.2 A. 1..]
1. Mobilization and Demobilization
a. Measure
1) This I#em is considered subsidiary to the various Items I�id.
b. Payment
1) The work perFormed and materials furnished in accordance with this Item
are sub5idiary to the variaus Itetns bid and no other compensation will be
allowed.
2) The work perFormed and materials furnished for demobiiization ir�
accordance with this Item are subsidiary to the variaus Items bid anc! no
other campensation will be allowed.
CiTY DF FORT WpRTH 2d18 CIP Year 3— Cantract 5
STANDARD CONSTRUCTION SPECIFICATION POCUMENTS City Project Na.: 101452
Revised November 22, 2416
o� �aaa-a
MOBILIZATIdN AND REMOBILIZATION
Page4of6
1 2. RemohiEization far suspensian af Work as specificaily required in the Contract
2 Dpcurnents
3 a. Measurement
4 1) Measurement for this Item shall be per each remobilization performed.
5 b. Payment
6 1) The work performed and materials furnished in accordance with this Item
7 and measured as provided under "Measurement" will be paid for at the
8 unit price per each "5pecified Remobilization" in accordance with
9 Contract Dacuments.
10 c. The �rice shaiE include:
11 1,) Demobilization as described in Section 1.1.A.2.a.1}
12 zj Remobilization as described in Section 1.1.A.2.a.Z]
13 d. No payments will be rttade for standby, idle time, or lost profits assaciated this
14 Item.
15
16
17
18
19
20
3. Remobilization for suspension of Work as required by Gity
a. Measurement and Payment
1j This s�all be submitted as a Contract Clairn in accordance with Article iQ
of 5ection 00 72 OU.
2j No payments will be made for standby, idle time, or lost profits associated
with this Item.
21 4. Mobilizations and Demabilizations for Miscellaneous Projects
22 a. Measuremen#
23 1] Measurement for this Item shall be for each Mobilization and
24 Demobilization required by the Contract Documents
25 b. Payment
26 1J The Work perfarmed and materials furnished in accardance with this Item
2i and measured as pravided unc#er "Measurement" will be paid for at the
28 unit price per each "Work Order Mobifization" in accordance with
29 Contract Documents. Demobilization shall be cansidered subsidiaryto
30 rnobilization and shall not be paid far separately.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDAR� CONSTRUCTION SPECIFICATIDN DOCUMENTS City Project No.: 301452
Revised November 22, 2016
M
�
��
�
r
�
�
1
2
3
4
5
6
7
8
9
za
11
�Z
13
14
15
16
17
18
19
2U
21
22
23
24
25
26
27
28
017400-5
MOBILIZATION AIVD REM081LIZATION
Page 5 of 6
c. The price shall includ�:
1} Mobilization as described in Section 1.1.A.3.a.1)
2j Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1j Measurement for this ltem shall be far each Mobilizaiion and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as pro�ided under "Measurement" will be paid for at the
uni# price per each "Work Order Emergency Mobilization" in accordance
with Cantract Documents. Demobilization shall be considered subsidiary
to mohilizatian and shall not be paid for separately.
c. The price shall include
1j Mobilization as described in 5ection 1.1.A.4.a)
2) Demobiiization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, ar lost profits associated this
Item.
1.3 REF�RENC�S [NOT USI�D]
1.4 AQMINIST�AiIVE REQU16iE�lI�N7S [�lOT IISED]
1.5 5UB�ViI�i'ALS [NO� USED]
1.6 INFQRMATIONAL SU�iVIli��4LS [NOi USED]
�.� CLOSEOUT SUBIVIiTT,�LS [NOT US�D]
1.8 MAINTEiNANCE NIATERIAL SUBPVIII?ALS [NOT USEDj
1.9 QUALI7Y ASSUR,�NCE [MOi USED]
1.70 DE�IVERY, STOEi�1GE, AMD iiAiVDLIY�G [R10T US�D]
CIN OF FORF WOR7H
STANDARD CDNSTRUCTION SPECIFICA710N DOCl1MENT5
Revised November 22, 2016
2018 CIP Year 3— Contract 5
City Project No.: 101452
017U00-6
MdBILIZATIDN A]VD REMOBILIZATION
Page 6 of 6
� i.l� �I�LD [SITE] CONbITIQNS [�lOT USED]
1.12 4'i1,�RRAPdTY [iVOT USED]
P�4RT 2 - PRODUCi'S [INOT U5ED]
4 PAR� 3- EX�CUTIQR! [NOT USED]
�ND O� 5ECTION
6
Re�ision Log
�ATE NAME SUMMARY DF CHANGE
11/22/16 Michael Owen 1.2 Price and Payrnent Procedures - Revised specificatian, including blue text, to
make specification flexible for either subsidiary or Qaid hid item for Mobilization.
7
CITY QF FORT WORTH 2O18 CIP Year 3—Contract 5
STANDAR� CONSTRUCTIdN SPECIFICA710N POCUMENTS City ProJett No.: 101452
Revised Novem6er 22, 2D1fi
�
_ '�
S�cgion 01 7� �3.01- Att�chr��n� �
S�a��ey St�ki�� S��nda�rds
Fe,bruary 2Q17
O:\5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div 01\01 T1
23.15.01_Attachment A Survey Staking 5tandards.docx
Page 1 of 22
These procedures are intended to pro�ide a standard method for construction staking services
associated with the City of �ort Worth projects. T#�ese are not to be considered aif incfusi�e, but only as
a general guidelin�. For projects on TXDOT rFght-of-way or through jaint TXDOT particippeian,
adherence ta ihe TXDOT Survey Monua! shal! be followed and if a discrepancy arises, the TXDOT
manualshpllprevail. �htt : onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdfJ
If you ha�e a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
i abie �fi Con�en$s
I. City of Fort Worth Contact Informa#ion
II. Canstruction Colors
411. Standard Staking Supplies
IV. Sur�ey Equipment, Control, and Datum 5tandards
V. Water Staking
VI. Sanitary Sewer Staking
Vil. Storm 5taking
VIII. Curb and Gutter 5taking
IX. Cut Sheets
X. As-built Sur►rey
O:�Specs-Stds Governance Proeess�Temporary 5pec Files�Capital Deli�ery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_Survey 5taking 5tandards.dacx
Page 2 of 22
�
�
IlI. ���ndard S�akin� Sup�lies
E
�
• I�em
Surde� �epar�men� �on�act Informa�ion
Physical and mailing address:
8851 Carr�p Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817j 392-7925
Survey 5uperintendent, direct line: (817) 392-8971
Construc�ion Col�rs
The following colors shall he used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identi#ication such as pin flags
if necessary.
U�iliqy
PROPOSED EXCAVATIDN
ALL ELECTRIC AND CONDUITS
POTABLE WATER
GAS OR OIL
TELEPHONE/FlBER OPTIC
SURVEY COI�TRO[. POIMTS, BENCHMARKS,
PROPERTY CORNERS, iiIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
SANITARY SEWER
IRRIGATION AND RECLAIMED WATER
Color
WHITE
-�
n��'�.r
_, . �;
YELLOW
� Rl�1id G�
PI�#K
��i;�: �;.i��
U` U .t'�I�C
Y�iiinimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. syuare preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2" or greater diameterj 18" long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubsj 3/4" long
O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div D1�0171
z3.16.01_Attachment A_Survey Staking 5tandards.docx
Page 3 of 22
11/. Sur�e�! ��]ui�m�nt, �on�r�l, and �a$�r�n S$andards
A. City Benchmarks
All city benchmarks can be found here: htt : fortworthtexas. o� itsolutions GIS
Look #or `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check an
`Benchmarks'.
B. Con�entional or Robotic Total Station Equipment
I. A minimum of a 10 arc-secand instrument is required.
A copy of the la#est calibration report may be requested by the City at any time.
It is r�cammended that an instrument be calibrated by certified technician at
least � occurrence e�ery 6 months.
C. �letwark/V.R.S. and static GPS Equipment
I. It is critical that the surveyor �erify the correct horizontal and �ertical datum
prior commencing woric. A site calibration may be required and shall consist of
�
at least 4 control points spaced e�enly apart and in varying quadrants.
Additianal fie�d checks of the horizontal and �ertical accuracies shall be
completed and the City may ask for a copy Qfthe calibration report at any time.
Network GP5 such as the Western Qata Systems ar SmartNet systems may be
us�d for staking of property/R.p.W, forced-main water lines, and rough-grade
anly. No GPS stakin� for concrete, s_aniqary sewer, storm drain, final �rade, or
anythin� that_needs �ertical �rading_wirh a rolerance of 0.25' or less is
allowed. �
D. Control Points Set
All control points set shall be accompanied by a lath with the appropriate
f�orthing, Easting, and Ele�ation (if applicable) of #he �oint se#. Control points
can be set rebar, `X' in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked 'cantrol point' or similar wording.
Datasheets are required for all cantrol points set.
Datasheet should include:
A. Harizontal and Vertical Datum used, Example: I�.A.D,83, North Central Zone
4202, NAVa 88 Ele�ations
B. Grid or ground distance. — If ground, pro�ide scale factor used and base
point coordinate, Example: C.S.F.-0.999125, Base point=North: 0, East�U
C. Geoid model used, Example: GEOIDI2A
O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Deli�ery di� a1�0171
23.16.D1_Attachment A_Survey Stalcing 5tandards.docx
Page 4 of 22
�. Preferred Grid Datum
Although rnany plan sets can be in surFac� coordinates, the City's preferred grid datum
is listed below. Carefui consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the 5urveyar be familiar with coordinate
transformations and how a grid/surFace/assumed coordinate system affect a project.
Proiected Coordinate
5ystem: IVAI�_19$3_StatePlane �exas_Nor�h_C�ntral_FIPS_�4202_Feet
Projection: Lambert_Conformal_Conic
Fa lse_Easti ng: 19fi8500.00000000
Fa Ise_No rthing: 6561G6G.66666667
Central Meridian: -98.50Q00000
5tandard Parallel 1: 32.13333333
Standard Parallel 2: 33.96G66667
Latitude_Of Origin: 31.66666667
Linear Unit: Foot U5
Geographic Coordinate System: GGS_North_American_1983
Datum: D North American 1983
Prirrie Meridian: Greenwich
Angular Unit: Degree
Note: Regardlsss of what datum each particular projact is in, deliverahles to the City
must be convertecf/translated into this preferred grid datum. 1 copy of fhe de�iverable
should be in the project datum (whatever it may be) and 1 copy shoulc! be in the NAD83,
TX North Centraf 4Z02 zone. See Preferred File Naminq Convention below
F. Preferred Deli�erable Format
tx# .csv .dwg .job
G. Preferred Data Format
P,�1,E,�,D,fN
Point Number, Narthing, Easting, Ele�ation, Description, Nates (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number Description_Datum.csv
Exam le for a ro'ect that has surFace coordinates which must be translatec�:
File i: C1234 As-built of Water on Main Street Grid NAD83 7XSP 4202.csv
O:\Specs-5tds Gavernance Process\Temporary Spec Files�Capital Deli�ery\Cap Delivery Div 01�0171
23.16A1_Attachmen# A 5urvey Staking Standards.docx
Page 5 of 22
File 2: C1234_As-built of Water an Main Street_Projeci 5pecific Datum.csv
�xam�le Contrai Stakes
0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Div 01�01 71
23.16.01._AtYachment A Survey Staking Standards.docx
Page 6 of 22
�
�
�
�
�
�
�
�
�
�
�
�
�
� �
w �
m �
� J
�
�
� w
�
H CO
� �
� �
� d
�--- ---.. -_��-
�� 01 �
��
�, ��
t��� �
--►i.3_�
�� F—
���` �
r� � �
t ��; •, ce
_�; —_ �
�
0
�
d
�
I�. f
J
C�J
E�.. _ , ��. ��°
. t; � �
� �
�; � �
i.i_' �'�' � �
�
� '� . � _
.�� _,� o � �
� � �
-� � �
-E J �
O W �
CC �--� C�
� LI] �
� 7 O
O � C�
U C� �
--- ----- - ---.� -
�.-- - - -- - -- ---- -._- ---
'� �P �1 �=�000.00 �=�000.00
� �
� �
� �
� �
� �
c� �
_ �
� �
� -
s �
��
�_
��
Ll_ ~
W
C� �
�
��
w �
� �
�
1/. �lat�r St�kin� �tandards
O:�Specs-5tds Governance Pracess�Temporary Spec Files�Capital Delivery�Cap Defivery Div 01�0171
23.16.01_Attachment A_5urvey Staking Standards.docx
Page 7 of 22
A. Centerline 5taking — Straight Line Tangents
I. Offset lath/stakes e�ery 200' on e�en stations
II. Painted blue lath/stake only, no hub is required
111. Grade is to top af pipe ST/P] for �.2" diameter pipes or smaller
IV. Grade to flow line (F/L) for 16" and larger diameter pipes
V. Grade should he 3.50' below the proposed top of curb line far 10" and smaller
diameter pipes
VI. Grade shoufd be 4.00' below the proposed top of curb line for 12" and larger
diameter pipes
VII. Cut Sheets are required on all staking and a capy can be recei�ed from the
survey superintendent
Opiional: Actual stakes sha!! consist of a 6DD nai! or hub set with a whisker
B. Centerline Siaking - Curves
I. If arc fength is greater than 100', POC [Point af Cur�ature) offset stakes should
be set at a 25' in#erval
li. Same grading guidelines as above
III. Staking of radius points of greater than 10Q' may be omitted
C. !r'1later Meter Baxes
I. 7.0' perpendicular offset is preferred to the center of the bax
II. Center of the meter shouEd be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum af 4.5' away from the edge of a dri►reway
IV. Grade is to top of box and should be +0.06' higher than the proposed top of
curb unless shown atherwise on the plans
D. Fire Flydrants
I. Center of Mydrant should he 3.0' behind proposed face af curb
II. 5urvey offse# stake should be 7.0' from the center and perpendicular to the curb
line or water main
[II. Grade of hydrants should be +0.30 higher than the adjacent top af curb
E. V!later !lafees & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be pro�ided if on pians
�xample �late� Stakes
O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Defivery�Cap Deli�ery Di� 01\0171
23.16.01_Attachment A_5urvey 5taking Standards.docx
Page s of zz
r
�
�
1
`
¢
1
,---.
�
� (�
� �
� �
�
�
� �
� �
u�
v
�' n/s � w��
_
�
¢
d J
W �
GE
��
W ^
��
{7
� �
{� J
C9
��
L.��
O �
� �
J
Z
c�
z
�
a
tn �
� N
�
Z �
F �
�
Uw
r�W�
Z��
� J
W
W � � �
��WF�-O[�
�FC�5C.7
� W �
� �
G7 � �
� � � �
� � w�� FL� -�oi.ts'
m � �
W
8
+.�..
� �
�
� �
� � 7' QfS � 4VfL
LL
f,�-�
� �
� �
� �
Q
W �
I . W
LL �
ill
�
V
�
r
�
0
w
�
�
$�
��
�
��
'�� z
a�
� �
�
. �
7_ p'.`��
�. C-3.62
�
�
�
7.U�'"�'���
5TA=9+72.51 h C-3.�1
1
� n
ll �� �
r
��
l 3 �
S � � �
41 f
d W
� �
� J U
o I �F
� �
p � � Z�
3
�� Z Vi �j} �'
�� p '� �� � Qy2
� � � � � � 2 �
U � � � � � �
4����Y
� y�r�� STA=p+f}Q h G-3.78 �
a
Ho�
���
� w Q �
�
� ¢man�,
� � aow �
� � iol� �- 100.0 F� � � �
p� � x` � �4�F�
F
a
� p � �j�
� w �� Q
m �
�
x
1/1. Sanit��er SevveP Stakin�
0:�5pecs-5tds Governance Process�Ternporary Spec Files�Capital Delivery�Cap Delivery biv 01\0171
23.16.01_Attachment A_Survey SYaking 5ta�dards.dacx
Page 9 of 22
A. Centerline Staking — 5traight Line 7angents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake 1MITFI huh and tack or marker dot, no flagging required
III. 1 ofFset stake between manholes if manholes are 400' or less apart
IV. �ffset stakes should be lacated at e�en distances and perpendicular to the
V.
VI.
VII.
VIII.
centerline
Grades will be per plan and the date of the plans used should be noted
If multiple lines are at one manhole, each line shall ha�� a cut/fill and direction
noted
Stakes at e�ery grade break
Cut sheets are required on all staking
Optional: Actua! stakes shal! consist of a GOD nai! or hub set with a whisker
B. Centerline Staking—Curves
I. If arc length is grea�er than 100', POC [Point of Cur�aturej offset stakes should
be set at a 25' inter►ral
II. Staking of radius points of greater than 100' may he omitted
C. Sanitary Sewer Manholes
f. 2 offset stakes per manhole forthe purpose of pro�iding alignmer�t to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade shauld oroly be on the stake when pro�ided in the plans
Q:�Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Del9�ery ai� 01��171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 af 22
i
�
s
l
€xarv��l� Sa�itarb S�rr�eP ��akes
��
� f� � � �
'' L7 =
• I W�y
i___ � 4 rn
� � ���
� �� 7' fS $ SS � sTaWa-rr� �,v, c-a+� �� c-a�° � a-o°a
� � _�. ��
W
Y w
�� � d ��F/
� w � � � �'}
� Z � �""r� !
i9.� � F.,
• � [� a f�' '�`lrf i- �' �
,aqo ���n�
� � s5�� � � ���'��
� C� ¢�,_.
� 12' L� S SS = SfA�3+71� �tn C-3� �� C-3� � �4 � F = � }�' �
. � � ! � �_..�.._�� � � � d� ���
o � w����
�, w W
L� � � � � ���_�
�
��
�� � � �m�ir�
� �� �
�r��
��
��
� ��
��
�?; Y
�`� �
� 5s
�� 3
�
� �
� S `
� a/
k t ��
��� � � 7' �71r$ � �$ A=1t6 �I�Cr4�
� a�� �_ ._..� - -. .�.._ ...
�� � w
�� �' � � � �
W U.
� � � '�
"� �
W �
� d.
� _ �
Z �
� ��
�i �
�
tti �
� 1
� W
��w
w �
F �
C�1 ['�if
��
� �
U
� ca ���
� �
� � �.�
� �
� w
a 0.
� a
u. �,,
� � � 6 �
�''iw �j �
� o �� F� �� I �
� �
� �� � � ��
v"+ � Cy iil � � �i � C3lL
r � ,.�,a w+ n- af+
� �i a w
F F �F F� Fu.. F� F�
� .�7 h �3� �OC l�ii +f7
y � � L]� �Q orr� �O
.�� = srr�a+oo N�x c-s ��u� a_ s�
f
�
w �
� ap
� �F
fC L�.7 Q
� N��.
w w =
F F�Z
�
Ck 6[j �
� � �
C� � o ���
� F^ h�
*w-�
� � _ �fl
(� � 1 '�' � 55 = STA-4� 00 'C� C-6� �rn `� s'� � C-4 � � �U
� ��_ ��-� �___���Jl�_ �
(� WtS� �� �m
�LL Q �j��V1 C�� ��
� r� u' yuy W c�a
+�� � � F �il � F
�
O � �� a r
O
n�` �� `�.•-
�� a�
W m �
� 4
� !1'
ii
O:�Specs-5tds Governance Process\Temporary Spec Files\Capital �elivery\Cap Delivery Di� 01�0171
23.16.01_Attach ment A_5u rvey Sta ki ng Sta ndards.docx
� Page 11 of 22
�
�
k
5
�-. -
S}'��b�
� �w�
� � � �
�ap�
N
� a`�"�'�
a��m
�a��
p7�J
sm�
VIl. S�orrrn Se+��� � Ir�lef S��ki��;
A. Centerline Staking — Straight Line Tangents
I. 1 offset stake e�ery 200' on e�en stations
II. Grades are to #fowline of pipe unless otherwise shown on plans
III. Stakes at e�ery grade break
IV. Cut sheets are required on all stafcing
Optional: Actual stakes shal! consist of a 60D narl or hub set with a whisker
B. Centerline Staking — Gur�es
k. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be s�t at a 25' interval
Il. Staking af radius points ofgreaterthan 100' may be omi#ted
C. 54orm Drain Inlets
I. Staking distances should he meas�ared fram end of wing
II. Standard 10' Inlet = 16.pU' tatal length
III. Recessed 1�' Inlet = Z0.00' total length
IV. Standard double 1Q' inlet = 26.67' total leng�h
V. Recessed dauble 10' inlet= 30.67'total length
D. Storm �rain IVlanholes
I. 2 offset stakes per rr�anhole for the }�urpose of pro�iding alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RiM grade should only be on the stake when pro�ided in the plans
O:�Specs-5tds Go�ernance Process�Temparary Spec Files�Capital Deli�ery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_5urvey Staking Standards.docx
Page 12 of 22
3
;
�rcam�le StoP�n Inlet Stakes
FR�NT
{51DE �ACING ��
H}���
{goe Faranc n.av�j
aarrr # ' r1
�
I
HEJH ELEVdiFCt1 �
�
�
I
!
L—�—
I �,
!�
�
x� '
m�
� �
� I
� �
�
� � �'� lDEN71flES ihHICH
EhID OF THE NSFlG
� # BEINC 9TFKE4
N
-i
C�!(�f FL.i�C;l'�`.iC]� (k���t�IFtF�C�
!I� _LIE11_ :;{ PII��: ���,ii�iiEC} �r�,l_N
Irt INLEi 5TA17p�f
t (IF Nf}iE0 4p PLatllSJ
� I
T/C} 1GE7�lT1FlEa GRAGE
T<S T{7P I7F CURB
+
�
�T
] IqENfFF1E5 GRApE
i0 FL.44�1JNF
.�
I �
� }���
{$oe F�nns R.aw3
�ttNr � �a I
HUB p.k��+h71i}i! p
i
i
�
1 il
�J!`_....�
FF��NT
(51DE FA�ING �)
�o'
r .
.°
�
n
i�
I
I �i
1�
��I
��
;��
6
16E7JlIFlES Y�HICH
END CF THE MNG
� 9�NG Sl'AKEL3
m�
. �
� I
7JC
� b
I� �
p}
�
� -p
�
�,� ���_ dISTANOES FOR INI_ET'S _�_;_�—
�TAM�ARt} 1D' � 16'
REC£��Eq 1Q' � 2U'
STANQFRO QI�JBLE Sg' e 2@.6X
' • F�CE5SEC} D4UBLE S41' — ."'Ak6i ,
HLfB 1NT}i iAlCl4 � � — — .—. ..... ..,,....., .._.. .,—. ^ � , ...... � .,... �.... � — — — — — — � �
� �
� 9ACf€ L7F INI.ET �I
i 3
1 : �,1�.• ,-i:•; ']� •]i '
�I �w �'' �i
�ar3�ta� '�: Q
�I •:' �rr� .� • ��
4I :: i .� �
BAC[C Cf' CURB
— — — FLiN�Lf!!E — —
� Tmf£ OF PAVEMEt�T
IDC£ 4F PAVE}AQJT
EDC£ 4F PAYEk1EHT
O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
�.CK OF CURB
— — FI.ESVrLIN6 -- —
EOCE # Ffi4EAiEFJT
1/11L Curb an� �u$$er S�akin�
A. Centerfine 5taking — Straight Line Tangents
V. 1 offset stake e�ery 50' on e�en stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at e�ery grade break
VIII. Cut sheets are required on all staking
Optional: Actua! stakes shall consist of a 60D nai! or hub set with a whisker
B. Centerline S#aking — Cur�es
II[. If arc length is greater than l0U', PQC (Point af Cur�ature) offset stakes should
be set at a 25' inter�al
IV. Staking of radius points of greater than 10d' may be omitted
0:�5pecs-5tds Go�ernance Pracess�Temporary Spec Files�Capital Delivery�Cap Deli�ery Div 01�0171
23.16.01_AttachmenY A_Survey Staking 5tandards.docx
Page 14 of 22
�xampl� Curb � �utd�r S�ak�s
■����.�►��
FR�NT
�SIDE FACING �)
0
4
�
e��: FR�NT
�o�Kn��s s7aQT pc �DE FACING �
PONT GF 9�RVA7UftE � � �
(51DE FACING �
�,
���� �
��
�awnFles 4r�sEr is ro
(SIDE F'ACING R.O,'N.j f. e.as�: oF cuae o� F/c
FSiFi FhCE OF Cl1F�
ppl iJ T
HUB ELEVAl10N
3_
I
r�
n
�o
i t
�
iof
�
��0
}�
FRC}�T iown��s Eraa
(S�E FACINC �} FaINT OF
T fSE]Vi
�.
�
ec
�
IP� �
r}n '�
q �
a
� I .{ � � uf
I I F I
'� i, �� �r�� � � i i i i
m i �( � �
i�nr�es c�au� �s � �.— ta I I I I
?I�� Tts PfIP �JF CUR6 N6 GRPflE 4N �} �� I� I
� R4�I4S PUYhFIa i r"-- t
+ � - �
r� �
i��� I I��,Cc�[I_��._I;�:--' t-��;'!� �1� j j I �
:i'. � � �. i __}r � �� E'� �'� � •�',� �'� i r � � .t ..,. ' � �.,..�-----��'^'_"'.----_ �
� � r �
�_���!�
��'��, /�1 1� � �
; : � � �� — �ii�i�� !�� f�� f�
i I � �
�
� ` �� � ��f � � �
I
_�..--__J�_1—� I ' �'�, � �� , �` �� f fI
I �� " � ,. f
� T�P OF CURB - � f !
�=� }�-�_ x�� �r }. �;;��'"r� �/�
¢• � - � � r � I .- �
�� jx�� � � ���
BA�K OF CURB �'�-�'"� „��r
���,�— f� ��f�
����� � ���
I � Y��� � -� � �x �
FA�E €}F �URB i i �_--``F� �Q� �
� _ __�---� ��,�
FLOWLI N�
E�GE OF P,4UEMEIdT
Er�am�le Cur� � G�tter S�akes ag In�ersec�io�
O:\Specs-Stds Governance Process�Temporary Spec Files\Capital Delivery�Cap Delivery bi� 01\0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
�
� �N6
Z� ma I
� � � �/ZmV I
�
�' �`� 14' Of5 �\ SfA 2+50 ti F+O�
� � � _ m �� � ---
� �
�
L
� � � .(} L
.n w a I
�� � .J. _ � '
-1
0 4� �„
i� � � U
� �
r
a
a[
�
�
I ¢ T � �
�
�
�
d
�
��r � -- -
�
�
N
�
`%.
�
�
G
� . � "' _
U
�
Q
�
�
�
4]_ — T _
i�
�
�
�
j4. — — -
W
r
a
�
s
�
a "K�
�w�
��� I�.-44
0
03�
� �
a�
F
`� � -=a � �� < v,
F
� � CStA��
r
�
0
� j �
Q d
� q2�
�y �40
� a�
� � �
—�� �� <p�?
a�4a � `/
� ti�
�cr7 �+F �.Q G��f � �
� �� ����
"jOi c?tn�x
w
a� � � w
f � �� v�{�R I
4 �..� t
�� �4 •
_ I In
OI 3:7NY1SI0 'KdYI ,QS I Q
�W
��Q
rr
� ��Ni1S
a �q�m
o ���
0
y a�CJ�
U ���x
m LL��N
�d
eana �i �rde
p i} 3�NVASlCI 'KVYi �f1G � C3
w �l I �
p4�� �1 1� i
� d V~J � 4 L.__.
� � r
� ��wa
L��� Q d 4 t�+?
/�� ���z
o x � a �C�'� � �'�'
. �
d z,�i �d �� \
�� G � O
_ •b
— ` w
� `o�rc
� �a�
us a �
a '�o�
� �
�
�
o �¢�
� �
w
,[]L 'a'���u�n
��
w
0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Deii�ery�Cap Deli�ery Di� 01�0171
23.16A1_Attachment A_5urvey Staking 5tandards.docac
Page 16 of ��
r3�. �u� �he��s
A. Date of field woric
B. 5taking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
�. Locatior� (Address, cross streets, GPS coordinate)
F. 5urvey company name
G. Crew chief name
H. A blank tern�late can be obtained from the survey superintenci�nt {see item I abovej
S���da�c# Cit� Cut Si�ee�k
�ate:
❑ TOTAL
Staking APleihad: ❑ GPS SiA710N
�ACATIO�l:
City FPoject
Number:
L�roject Name: �
0 OTMER
CO�ISULYA�lYICO�! i RACTOR
Sf�E2V�Y CIt�1N IR�ITf�,�S
�,LL GRA��S AR� YO �LOINLIN� OR �OP Q� CURi3 UNL�SS O i H�ItdVISE �dOiED.
PT # STATION OFFSET p�SCRIPTION PROP. STAKED _ CUT + FILL
-LTI+RT GRADE ELEV.
O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Delivery Div Ol\0171
�3.16.07._Attachment A_Survey Staking 5tandards.dotx
Page 17 of 22
�(. �9s�b�ailt Su��eb
A. Definiiion and Purpose
The purpose of an as-built survey is to �erify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplernent the City'S G�S
data and must be in the proper format when submitted. See section !�!
As-huilt survey shauld include the fallowing (additionai items may be requested):
Manholes
Top of prpe elevatrons every 250 feet
Horimnta! and vertical points of inffectron, curvature, etc. (AI! Fittings)
Cpthadic pratection tesi stations
Sampfing stations
Meter boxes/vaults (A!! sizesJ
Fire lines
Fire hydrants
Gate valves (rrm pnd top of nutJ
Plugs, stub-outs, dead-end lines
Air Release valves (Manhale rrm and vent pipe)
Blow off valves (Manhole rim and valve !id)
Pressure plane valves
Cleaning wyes
Clean outs
Casrng pipe (each endJ
Inverts af pipes
Turbo Meters
0:�5pecs-Stds Go�ernance Process�Temporary 5pec �iles�Capital �eli�ery�Cap Delivery Di� 01�0171
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 18 af 22
�. Example Deliberable
A hand written red line by the fiefd surveyor is acceptable in most cases. This shou Id be
a copy of the plans with the point number noted by each asset. If the asset is rr�issing,
then the surveyor should write "f�OT FOUND" to notify the City.
O:\Specs-Stds Governance Process�Temporary 5pec Files�Capitaf Delivery�Cap Delivery Di� 01\0171
23.16.01_Attachment A_Survey 5taking 5tandards.docx
Page 19 of 22
��-
: �
1
I
I
iF� .` LI; �. , `�
ai •' �� �;;� ��-
1� y "�' 4.
��45�r ��E[q ,� ��I,. �4
` � ii �
r`�.� � e��� � � 's
� �� b � � �
���'t�'� ��'��I �� $ �`�a � �� k� ;i
i. ��� f �
� .' II'i �ip� ! �d'e� � � �ar e�:i
��
�
7�R N�i��iy
!�,L � �6�."�' 3 �E�:�e�
'�I I � y �� �'k � ...�--.;i
hY�� ��
I'{ I� `r
., j: �� +��
��,. i
�,
I�� � 1���
eE 1, . _� -\
'f �
+ I _, � .
: � i,� �
'ri�l ,&,���
�-�� ' � ��6e�
� sr+y� �
a ��i i
��+.:! : �.
� � � �k �
�°�I ,. �����
�� I �i�i�l�.
�.�� r�.���r
� e l�::4-5' �
►�If ��3'�� ���.�� .�
lll `t'�`����hila'
1�� ��������1E�.i��,
�Iil�a .'he
i i i i a� #�:�3Eif�:
�
— : ' i �` � 'n� � � �
. . {?1F 4 �_ .NJI ii_�n� ' . . —
_'-�.T� ., . i�'-- +i { ��--- 4<<
�_ '� �� � _—
.' 7' '= i . _' ---w. rr;'
�' �I� ;+' I . --- ---_ _ � _ �
-- �— � ��.-- . .�.. _ .: :--'-
. �
� . .--.:: �� � d�`r; . --�
, ._._..'r` _:.�.�. -
t„�; ., , ; :� :-_ --� i,:
. �; . ��� . , �
� � F = � - � - - �- - ' . .
- � --� .�r � r_� � . . . � � .;;.-
-,f' [ i � _� �` = +�' � � ���'-" .
4'.�'_ . . � ,�-' l��� _ , s.
�`r� i _i _,. � ..I +f _ _;�j I.
:�, . 't�. 1{
.,
- ;�-----� • ,7— . „
I . . _: _ _ _.'.~ _� �r, •� . ��r � . . -
" ` �
_ '` ,� �
* 4
. ...�'Sl�tf i . __T.. F. . . ,
� ;r4�-2! _ . _. r� �y" �
- =�1'+-rall�h. �' If� 3 -
' _. �-� _i._�_.i'f —
�-,i{4� _. :1-�':a.1�7 �._.
.. ,��� ' ' ��IF:��- '�'.
� ..�:L��i" � li r �.-- ..
.. ` I rj i �"�...
—„ WtF�'�I_;IRl�+ ' � �'—'I wdJ��
' . ___ '�"i�
4� �� �-�-
����i - ;__..
'"'_"____�.' .
--1— �- �! �, . .� .'I� ;r� _ �
x
a
w
a
�
�
i �--uw�
' ��.I
���i� �
. ���� 4@ ��
i j �� I &F.ti��
I.. ,1 �S �, �
.: il =� '� � ��
��.�4Z, a ':.;" ?,� �
�- —
,:, :�U�� � J � � � it� v'��j,�/v�
O:�Specs-5tds Go�ernance Process�Temporary 5pec Files�Capitai Delivery�Cap Deli�ery Div 01�01 71
23.16.01_Attachment A^Survey 5taicing Standards.docx
Page 20 of 22
^ l�a'L IiY.LYA'1 bY! AO1 SJA 03Ti0� — FYISL fFlDYD ptl
1� 1E [NL fFWYA 11R7 FEWY� l� s^1IY.9;E EYlSF.
���F� ORNNFIGT�TO FX� .1?
� )-. N!S!'�.lE. f-J2SQUll SIEEV�'
i iX7 D �/,r�� FfPGiPE V�E rr�'ll
N�634J095G9°A �',�� .
s_ E 7�9Gi3iI/84
lF!!' % `�'�i �/���4�
6raa�r.nwrlex �" /V�'
v� cr�
B[X 6 `�`
Lul' 2
sqa v'a ry.,rare�wa-a
7��•� �ns�'!r ta
iJ-.' A7L:: d,']I
flL►u�� Eiisr �
r�or.ven
,�
� �`-
�
. �.� _ 4 �
�,�,
, tC .
�r s
� �'�°t��
����
4i
t'-EPa63A5710
�
rsu
� �rr�nnv�� � s�ev,� �
�usr. ave v,4ve
a-r� a3zau - r��r
ixsr� uor a
1-lz�FVERr. $Ep�o tu o�e � �:,,awrm�me
H159¢fU11A651 a�n�lrl1ec
��7/33(lie ",�� °'e�'"
-,....,�,.�,.,��,....r
sr.� ot�aw�a - rz �J rFrorn r� srx a5r.ss -�z�s�
rrrsr�+ n�srar,
f�2'N,�s�ro st�vE Fr��vr�tl:e�ivn
57' IF' � !�'�F�ffF.�T FA"E A'�4�5-'�if
�Yl�Cf RT �'!ST ISAA➢'Fff E-�37.815
!1{syJ1459219
E�lEE�'iiQR9/36
— S�IY
� j h!�&4£ YAPVE
� Xfi.,'a'!/�kDP6S
��1�'�2892iee
Lbl !
CF:'1# .ao'[ry--0Ara.Far�ra
�A'Cflr' �'�."�m � �+* e+cn n
�� ri r c4ro:�;�
C�:�'OD
�: �a
�� ��
„�•1�
�' ��i
����V
SRNR�41�Y ;
S�F. SH�'E
O:\5pecs-Stds Gavernance Process�Temporary 5pec Files\Capital Delivery�Cap Delivery Div 01\0171
23.16.01 Attachment A_5urvey Staking Standards.docx
Page 21 of 22
��;4? � ��` I si:: �� �
�s�;,'� ����� �r� e�. ��
�4�, . ��� �- � �+�� EC� �
` p utiiF g Ps5 B
• �f k � " �S ±�� @ �' ��; F � '��SY ��
:��`��i f �,' j �� � �,�''�� � � ��; g�
��� :o�' � ��:` � ��y J ��;`y, '� ;5
�i�-�; ��'`� ���� � �����:�;��':��':�:���,
��
�
��
�W
��
��
��
1
�
N.�1D'11'_
�
e Q i e
�������� �� +_,a}•5`� { k ��
� � �����:� �� �,l�;.a��� '�- � �&
� ; �t..
��°�,, �: f �� ��� � Cp� �� � - -,: �i �
� �} e��Y' M1'� �I "F �iF����r�F; +5� ��I� q��
�� �;} �� �����' ',���' k'is�a�
��a -,���ll :y� I- �; ��; 'I_�y'•:$�� �y
��'Ih��l �Y� '� �; Fa � ��6��g�C
� .—� --r��� _.' � I �ai __, � � I � ���
3 r� � �� � � I.
.. ' ° . ,�Y� �}� �- � .,.��t � r:.i����r �:''� � �
��-- - �� � � - ' -J�r _ l�LL�'
� � .: �. !��,_.._ :�r� �� a.� ���°���=i� -- �
. � � � n. , -1� _�.�' _j�� " i; ;�
., I — ��
._:i {_���.�:-�.i�i�a[ - ���. -:: ���`�=�i
J;� i �i-�� �!:__f; �I=�Jj � .� II , e.
� 'J T �:G--.�i�- .. tL �`-- —'�'�ii r-• '�
j.� �� _.l'i�� -,�—{+ �Y ' i� .:i �:i
_, I ' -' --'..I; �If f � 1 _ i . . �
.�I .'. i�_I I�?�' �r' f I i. '" I P_ _ '_ '
.I
__L�—�r� ; '7�_ r.. .;- '
� �+._ . .. . +. �_ �ri.��,_
� __ *� ' ; ,
� , � �fl �. I �_;. =t,�r.h�r�tr
� � � i� ;br�rY- ?"5'
I �1 _—..��'�-�.��„ � �` �, ,. � --
1. ...��" i� .i��'E—' ---
± .. _+.... h�'+� 'I ����..-�',� y
F I _;{i�� _ 1 . F �
F�� �T� �I 'I�� i. I�I I� I� .
.�.__._... .�..'_li�.�� E� � . {...
-i- __.i.. '���y�._:...� {�.._ -. .
��� ti� ' k N
`tr � ' � : —' �:+I�---- ����
� � ` �,,:� _ � .,, �:.., a. P . .�_.' . ?� ; . �
. Y � .� . J I kI ".I.. . i y+ �
!' �.�1I � � I .�L. � ��
V � '�4 �i��- �-� {� �� �-�� �.f+
���, H i �'-- I'� ' �'�
�`. � s� ��. .. T�.:I;�� `����. �r' w"wui� �
t v� —' :G =_:: i I J
�O .G I�� �• �_._ t.. . —'" __.�y�} if+l I I
{
/ _ � ,.:.+; �r�������-'-
�� .�. .,t,.- ;�.. ; �:
. � � : �; ��:�:. � �+� .���, ��� �
�0. � - ;-� �,�' ^-�_ .i�:;� �.-
I ', �_i���_ �;�� I .��;� ;' . � �
� ..;._...�..; _._ � �� �- ... . ..
� I-�- �-_ � �,-� ' . , . . _ _ . ��
. -- .ri'-' �' ;,�:-;'_ ,.,' .. :
, , . F z �„'' -=:L��`' ..-�{,�---. -��:�.
r-;����� r_ , ,(� �r„��+rS;
I � _�. -. I I'�:!. .�.���.ui�i
. .I;�i.�'Y�..._.I �Jf��!_ . —.'I.
. I_.., '�:.. ..��.i ..I.i �:.,', I�..' p
° _.: � �'� �� �,� -a. j -i� , ... I I � . !
' -- ;j.f �.i:.' ��� .J.: _.'� IR '�+'T�_.�Q� r
:I.'��r�P11��i� I . �'i � ' ' I
. . .'�'�.+ri��C{�x-�, �,' � �- ..� , �..i ; �Y- '�i���1 i�
; . :..-1; � --:� t� I � ��4 I�l;
I�� '�� I�' ,.. ,� _ . _....I _ '
i; _ —�
- �i _ _ti .� ~
. _y —� �� ': �' .�li _ F �� J
3 �7 r1 t���'-f1 � =� -�."i � r, �Z? S -I� �, �>
` ve�����
��
\�- �
x JJJ(((%%%������ f
�£ �it� l�` 5 Y
_ a � ��.;,
A_ 4�'.�, � �r
$��k r fi� .g f I
i`����+��''tr•�I �' ���
r
,:�+s'i'�; ;r,4,} t��', � ��. , �
23.16.01_Attachrr�en# A_Survey 5taking Standards.docx
Page 22 of 22
\01 71
23.16.01 Attachment A_Surrrey Staking Standards.docx
Page 23 of 23
Ob�iously the .cs� or .txt file cannot be signed/sealed hy a surveyar in the format
requested. This is jusf an exampfe and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
POINT NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
iA
i5
16
1T
is
19
20
21
2Z
23
Z9
25
Z6
27
28
29
3�
3i
32
33
34
35
35
37
38
39
4�
97
9Z
43
44
45
46
N6RTHING
6946757.189
6946260.8R3
fi9463D7.3R9
6446220.592
F946295.23
694619D.52$
694fi13fi.D12
6946D02.267
6996Q03.056
6945984.677
694598fi.473
&945895.077
fi945896.591
5945939.266
6945936.727
69A5835.878
6g45$17.q8$
6945759.776
69457&8.553
6945743.318
6945723.219
69qS662.21
G945fi21.902
6945643.407
6945571.059
fi945539.498
5945519.834
fi945417.879
6R45456.557
5945387.356
&9A5370.6B8
5945383.53
69A5321.228
fi945319365
69a52A2.284
6945233.62a
69Q5206.483
69451A2.U15
6945113.A45
6945D49.62
64ASQ0.1.024
694503&.878
59450Q5.397
5944444.782
fi944993.432
694486D,416
EASTING ELEV
Zz9S079.165
229fi�62.141
2245�38.306
2296Q11.025
i�9G015.116
2296022.721
2295992.7.15
2295919.i33
2295933.R18
2295880,52
2295869.892
229566fl.962
2295862.198
2295841.925
2235S3p,G91
2295799.707
2295827.011
2295758.643
2295778.424
2295788392
2295754.394
2295794.22
2295669.A7i
2295736.03
229565S.13S
2295667.8�3
Z 29Sfi7 9.49
2295580.27
2295fi43.145
2295597.1U1
22956p6.793
2255G10.559
2295551.105
2295539.728
2295570.715
22955A4.526
2295529.305
2295557.666
229552�335
2295527,30.5
2295552.b75
2295552.147
2295518.135
2295520,635
2295556.479
2295534.397
�ESCRIPTION
726.09 SSMH REM
725.668 GV RIM
726.85 GV RIM
723358 SSMH RIM
722.123 GV RIM
722325 FH
719A48 WNf R]M
713331 WN►R!M
713.652 CO iilit/t
717.652 SS[�H RIM
716.D4b VdM REM
7D7.7Z WM REM
708.205 WM RIM
709.467 WM RIM
710.084 CO RiM
707.774 SSMH RFM
708.392 SSMH R1M
711.228 SSMH R1M
710.086 GV RIM
7YO.G31 GV RIM
712.SQ9 GV RIM
7fb.686 WM R1M
723.75 WM R€M
779.737 CO RIN!
727.514 SSMH RIM
723,123 WM RIM
732.689 WM RIM
790.52J WM RIM
736.451 CO RiM
790.756 GV R!M
74p.976 GV R1M
740.408 FH
74fi,3G WM RIM
746.777 CQ RIM
748.454 WM RIM
749.59 SSMN RIM
751.05& WiVi RIM �� Q� � - � '
750.$53 WNERIM <J �`A.(V��'�.�
751.871 WM filM
T52.257 SSMH RIM
751.79 WM RIM q."��� ��7f
751.88 WM RIM �y.� .r)�rY4
752.615 WM R1M ��r.�.�
752.SU1 WM RiM ,�y, . �-
752.155 WM R!M �""'�`y
752.986 S5MH RI3ti/� �
�� S��YC3f�- r��:���i�
C� ��f � ' � , : L
CGC� -bii--� {t-
!�
}�' . -Y1 l�, � r� [. l,
€3�. � , C�'%�,�--(_
Zt>r.�(-� �. �c� Z
1/� i` ' '-��
C'c���.a, t �-H-� � S
��
�.J �� J �, ��'
� �
��
��Li�j{�/3� ; u�
��
� Af�ri�: i_y �O� r.-,`�
i� ! ST� �!� i r .S
-f1-#,F_ i' L �t-� 5
z n(�- %�f�-Fi�-c F _.
4:�Specs-Stds Go�ernance Process\7emporary 5pec Files�Capitaf aelivery�Cap Delivery Di� 01�0171
23.16.01_Attachment A_5urvey Staking Standards.docx
Page 24 of 24
C. O#her preferred as-built deliverable
5ome �endors ha�e indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Delivery\Cap Delivery �iv O3\0171
23.16.01_Attachment A_Survey 5taking Standards.dotx
Page 25 of 25
0:�5pecs-Stds Gavernance Process�Temporary Spec Files�Capita] Deli�ery�Cap belivery biv Q1�0171
23.16.01_Attachment A_5uEvey Staking Standards.docx
Page 26 of 25
01 71 23 - ]
CONSTRUCTION STAKING AND SURVEY
Page I of S
�ECTIOF+T Ol '�1 �3
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Requirements for canstruction staking and construction survey
B. Deviations &om this City of Fort Warth Standard Specification
1. Nane.
C. Related Specification Sections include, but axe not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Aayment
1. Construction Staking
a. Measurement
l} Measurement far this Item shall be by lump surri.
b. Payment
1} The work performed and the materials furnished in accordance with this
Item shall be paid for at the Iump sum price bid for "Constructian Staking".
2) Payment for "Construction Staking" shall be rnade in partial payments
prorated by work completed compared to Yotal work included in the iump
sum item.
c. The price bid shall include, but not be limited ta the following:
1) Verification of contraI data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the fieId.
3} Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard iemplaie.
2. Construction Survey
a. Measurement
l) This Item is considered subsidiary to the various Items bid.
b. Aayment
�) The work performed and the materials furnished in accordance with this
ltem are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Sw�+ey
a. Measurement
1) Measurement for this Itern sha11 be by lump sum.
b. Payment
l) The work performed and the materials furnished in accardance with this
Item shall be paid for at the lump sum price bid far "As-Built Survey".
C1TY O[' FORT WpRTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATIpN DOCUMENTS City Project No.: 101452
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTIOTI STAKINGAND SURVEY
Page 2 of 8
2) Payment %r "Construction Sialcing" shall be made in partiai payments
prorated by work completed cornpared to total work inciuded in the lump sutn
item.
c. The price bid shall include, but not be limited to the following::
1} Field measurements and survey shots to identify locat�on of completed
facilities.
2} Documentation and submittal af as-built survey data onto contractor redline
plans and digital survey iiles.
1.3 REFERENCES
A. Deiinitians
1. Construction Survev -'I`he suivey measurements made prior to or while
construction is in pragress to cantral elevation, harizontal positian, dimensions and
configuratian of structures/impro�ements included in the Praject Drawings.
2. As-b�ailt Survev —The measurements made after the constrEaction of the
improvement features are complete to provide position caordinates for the features
of a projec�.
3. Constructian Stakin� — The placement of stakes and markings to provide offsets
and elevations to cut and fill in arder to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the pians.
4. Survev "Fie1d Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures tnarked on
the ground are acc�arately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (a�ailable on City's Buzzsaw
website) — O 1 71 23.16.01_ Attachment A_Sutvey Staking Standaxds
2. City of Fort Worth - Standard S�rvey Data Collector Library (fxl) files (a�ailable
on City's Buzzsaw website}.
3. Texas Department of Transportatian {T�OT) Survey Manual, latest revision
4. Texas Society of Prof�ssional �,and Surveyors (TSPSj, Manual af Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. Ttie Contractar's seEectian af a surveyor must comply with Texas Gavernment
Code 2254 (quali�cations ba�ed selectian) for this project.
1.5 SUSMITTALS
A. 5ubmittals, if required, shall be in accordance with Section O 1 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS
A. Field Qaality Control Submittals
CTfY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: 101452
Revised February i4, 2015
017123-3
CON3TRUC"CION STAKING AND SURVEY
Page 3 of $
1. Documentation verifying accuracy of fielc� engineering work, including coordinat�
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut-Sheets" confarming to the standard template provided by the City
(refer io fl 1 71 23.16.01 — Atiachment A— Survey Staking Standards).
1.9 CLOSEOUT SUBMITTALS
B. As-buili Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improve�nents signed and sea�ed by Regtstered Professional Land
Si�rveyor (RPLS) responsible for the wark (refer to O 1 71 23.16.01 — Attachment A
— Survey Staking Standa�ds) .
2. Contractor shali submit the proposed as-built and completed redline drawing
submittal one {1) week prior to scheduling ihe project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
i. Construction staking will be perFormed by the Contractor.
2. Coordination
a. Contact City's Froject Representative at leasi one week in advartce notifying
the Ciiy of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate sYaking such that
constructian activities are not delayed or negatively impacted.
3. General
a. Cantractor is responsible for preserving and maintaining stakes. If City
surveyors are reyuired to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufFcient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place �l�en the Contractor will be
required ta stake or re-stake the de�cient areas.
B. Consiruciian Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
GeneraI
a. Constructian survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other ihan open cut, the Contractor shall perform
construction survey and verify cantrol data i ncluding, bUt not limited ta, the
%llowing:
1) Verification ihat established benchmarks and control are accurate.
C1TX OF ['ORT WORTH 2O18 CEP Year 3— Contract 5
STANDARD CONSTRUCTION SAECIFICATION DOCUMENTS City Projecl Mo.: 901452
Revised February lA, aars
017123-4
CONSTRUCTION STAKING AND $URVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain ali reference lines and grades
far tunneling.
3} Use of Iine and grades to establisi� the location o�the pipe.
4} Submit ta the City copies of field notesused to establish all �ines and
grades, if requested, and allow the City to check guidance system setup prior
ta beginning each tunneling drive.
5} Provide access for the City, if requested, ta verify the guidance system and
the line and grade of the carrier pipe.
b} The Contractor remains fully responsible for the acc�aracy of the work and
correction of it, as required.
7} Monitor line and grade continuously during construction.
8) Record deviation with respect ta design line and grade once at each pipe
joint and submit daily records to tl�e City.
9) If �he installation does not meet the specified tolerances (as outlined in
Sections 33 OS 23 and/or 33 OS 24}, immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coardination
a. Contractor is ta coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and tal�e as-built survey after the facility has been buried. The
Contractar is responsible for the quality control needed to ensure accuracy.
3. General
a. The Coniractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
featuras dnriug the progress of the construction including the following:
1} Water Lines
a) Top af pipe elevations and coordinates for waterlines at the following
Iocatians:
{1) Minimum every 2501inear feet, including
{2) Horizontal and vertical points of inflection, curvature,
etc.
{3) Fire �ine tee
(4} Plugs, stub-outs, dead-end lines
{5) Casing pipe (each end) and all buried fittings
2) Sanifary Sewer
a) Top of pipe elevations and caordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1} Minimum every 2501inear feet and any buried fittings
(2} Horizontal and vertical points of in�lection, curvature,
etc.
3) Stormwater — Not Ap�licable
CITY OF FOKT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DdClJMENTS City Projecf No.: 101452
Revised February 14, 2018
017123-5
CONSTRUCTTON STAKING AND SURVEY
Page 5 of S
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) oiconstructio�a
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sarnpling stations
c) Meter boxes/vaults (All sizes)
d} Fire hydrants
e) Valves (gate, butterfly, etc.)
fl Air Release valves (Manhole rim and vent pipe}
g) Blow off valves (Manhole rim and vaive Lid}
h) Pressure plane vaIves
i) Undergt'ound Vaults
{1) Rim and flowline elevations and coordinates far each
Underground Vault.
3) Sanitary Sewer
a} Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manhotes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PARTZ- PRODUCTS
A. A construction survey wiil produce, but will not be limited to:
l. Recovery of reIevant control points, points of curvature and points of intersection.
2. Es�ablish temporary horizontal and vertical control elevations (benchmarks)
sufficienfly permanent and located in a manner to be used throughout construction.
3. The location of pTanned 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 orderty manner for reference.
c. A drawing, when rec�uired by the client, indicating the harizantal and verticai
location af facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and 5urvey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the �urvey Superintendent {S 17-392-7925).
5. Digital survey files in the following formats shatf be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapetile (.shp}
CITY OF FORT WpRTH 2O18 CIP Year 3— Coniract 5
STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS City ProjeCt No.: 109452
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND Sl3RVEY
Page 6 of S
c. CSV fle (.csv), formatted with X and Y coordinates in separate columns (use
stanciard templates, if available)
6. 5urvey files sha11 include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked location of any impravement or facility should be as accurate as
practical and necessary. The degee of precision required is dependent on many
factors a11 of which must remain judgmental. The toIerances listed hereafter are
based on generalities and, under certain circumstances, sha11 yield to speciiic
requirements. The surveyar shalI assess any situation by re�iew ofthe overall plans
and through consuitation with responsible parties as ta the need for specif c
tolerances.
a. Earthwark: Grades for earthwork or rough cut shauld not exceed 0.1 f�. vertical
tolerance. Horizontal alignment for earthworic and rough cut should not exceed
1.0 fi. tolerance.
b. Harizontai alignment on a structure shall be within .4. l ft tolerance.
c. Pavir�g ar concrete for streets, curbs, gufters, parking areas, drives, alleys and
walkways shall be located within the coniines of the site boundaries and,
occasionally, along a boundary or any other restriciive line. Away frorn any
restrictive line, these facilities should be staked with an accuracy producing no
rnare than O.OSft. toierance fram their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
etectric lines, shall be located horizontally within their prescribed axeas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required %r the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Undergraund and overhead utilities on pIanned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
$. Sur�eying instruments shall be kept in close adjustment accarding to manufactueer's
specifications ar in compliance to standards. The City reser�es the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in sucla fashion as to
satisfy the closures and tolerances ex�ressed in Part 3,1.A.
2. Vertical locations shall be established from a pre-estabiished benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey fieid work shall correspond to the client's plans. Irregularities
or conf�icts faund shall be reported promptly to the City.
4. Revisions, corrections and ather pertinent data shail be logged for future reference.
CITY OF' F'ORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD G�NSTRUGTION SPECIFICATIpN DOCUMENTS City Project No.: 901452
Revised February 14, 2018
k
i
r
�
�
�
O17123-7
CONSTRUC'fION STAKING AND SURVEX
Page 7 ef 8
3.2 EXAMINATION [NOT USED�
3.3 PREPARATIOIlT [1�iOT USED]
3.4 APPLICATION
3.5 REPAXR / RESTORATION
A. If the Contractor's work damages or destroys ane or rnore of the control
monuments/points set by the City, the monumenis shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs io be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/ar restorations.
b. The City may require at any time a survey "Field Check" of any mqnument
or benchmarks that are set be verified by the City surveyors befare further
associated work can move forward.
3.G RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
s City in accordance with this Speciiication. This includes easements and right of way, if
- noted on the plans.
_ B. Do not change or relocate stakes or control data without approval from the City.
3
. 3.8 SYSTEM STARTUP
A. Survey Checks
; 1. The City reserves the right to perform a Survey Check ai any time deemed
' necessary.
2. Checks by City personnel or 3'� party contracted surveyor at'e 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]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END UF SECTIQN
Aevision Log
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIOH DOCLTMENTS
Revised February I4, 2018
2098 CIP Year 3— Contract 5
City Project No.: 141452
O1i123-8
CONSTRUC77pN STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CTTANGE
8/31/2012 D..Tohnson
Added instrucfion and modified measurement & paymcnt under 1.2; added
8/31I2017 M. Owen definitions and references under 1.3; modified l.6; added 1.7 claseout submittal
requirements; modified 1.9 Quality P,ssurance; added PART 2— PRODUC`I'S ;
dded 3,1 lnstallers; added 3,5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; re�ised measurement and payment sections for Construction
Staking and A.s-Built Survey; added reference to selection wmpliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requiremenfs; added acceptable depth
measurement criteria; re�ised list of items requiring as-built survey "during" and
"after" construction; and revised accepTab]e digitai survey file format
CITY OF FpRT WORTH 2D18 CIP Year 3— Contract 5
STANDARD CONSTRi1CTION SPECIFICATIOI+I DQCUMENI'S Ciiy Project Na.: 101452
Revised Fe6ruary 14, 2d18
017423-1
CLEANiNG
Page 1 of 4
SECTION �194 23
CT.EANING
PARTi- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Intermediate and �nal cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Stanaard Specification
l. None.
C. Related 5pecification Sections include, but are not necessarily Iirnited to:
1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT U�ED]
1.�! ADMINISTRATIVE REQUIREMENTS
A. 5cheduling
1. ScheduIe cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fa11 on newly painted surfaces.
2. Schedule final cleaning upon completian of Work and immediately prior to finai
inspection.
1.5 SUBMITTALS [N4T USED]
1.6 ACTION SUBMITTALS/INF4RMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
L9 QUALITY ASSURAT�iCE [NDT USED]
110 STORAGE, AND HANDLING
A. Storage and Handling Requirernents
i. Store cleaning products and cleaning wastes in cantainers specifically designed for
those materials.
CFfY OF FOR"I' WORTH 201$ CiP Year 3-- Confract 5
STAiYDARD GONSTRUGTIQN SPECIFICA7TON DOCUMENTS City Projeci Na.: 109452
Revised 7uly 1, 2011
017423-2
CLEANING
Page 2 of 4
l.11 RIELD [SITE] CONDITIONS [NOT USED]
1.I2 WARRANTY [NOT USED�
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR� OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAM�NATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-1NSTALLATION [NOT USED]
3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED]
3.8 SY�TEM STARTUP [NOT USED]
3.9 ADNSTING [N�T USED]
3.10 CLEANING
A. General
1. Pre�ent accumulation of wastes that create hazardaus conditions.
2. Conduct cleaning and dispasal operations to comply with laws and safety orders of
governing authorities.
3. Do zaot dispose of �olatile wastes such as mineral spirits, oil or paint thinner in
storm ar sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid wasta disposai site.
S. Dispose of nondegradable debris at an approved soIid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
C1TY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDAKD CONSTRUCTION SPECIFICATIQN DOCU]vIENTS City Project No.: 141452
Revised Jaly 1, 201I
017423-3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and eyuipmeni associated with
this project.
8. Remove a�l signs oftemporary construction and activities incidental to construction
of required permanent Work.
9. If proj ect is noi cleaned to the satisfaction of ihe City, the City reserves the right ta
have the cleaning completed at ihe expense af the Contx'actor.
10. Do not burn on-siie.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean sa as not tQ hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically Iocated container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction ar operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish paint�ng.
a. Coniinue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean siie of a�l loose or unsecured ite�ns, which
may become airborne ar transported by f�owing water during the stortn.
C. Interior Final CIeaning
1. Remove gease, mastic, adhesives, dust, dirt, stains, fingerprints, 1abels and other
foreign materials from sight-exposed surfaces.
2. Wipe a11 lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy sarfaces to a clear shine.
5. Ventilating systems
a. Clean permanent fiiters and replace disposable filters if units were aperated
during construction.
b. Ciean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Si#e or Righi of Way) Final Cleaning
1. Remove trash and debris containers frorn site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to retnove all rocks, pieces of asphalt, concrete or any other object
that may hinder ar disrupt the flow of traff c along the roadway.
3. Clean any fnterior areas including, but not limited ta, vaults, manholes, strtactures,
junction boxes and inlets.
CITY OF FORT WORTH 2498 CfP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 10�E452
Revised July 1, 2011
oi�az3-a
CLEANING
Page 4 of 4
4. If na longer require� for maintenance of erasion 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 ATTACH1i�iENTS [NOT USED]
END 4F SECTION
Revision Log
DA'I'E NAME SUMMARY OP CHANGE
C17'Y OF FORT WORTH 2O18 CIP Year 3— Conlract 5
STANDARD CONSTRUCTIdN SPEC�ICATION DOCUMENTS City Project Na.: 1 d1452
Revised July I, 2Q] I
�
�
I
i
f
�
�
. PART1- GENERAL
SECTION 0� 7719
CLOSEOUT REQUIREMENTS
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
t 1.1 SUMMARY
;
A. Section Includes:
1. The procedure for ctosing out a contract
� B. Deviations from this City of Fort Workh Standard Specification
a
1. None.
-� C. Related Speci�cation Sections include, but are not necessarily limiied to:
�
' 1. Divisioin 0-- Bidding Reyuirements, Contract Forms and Conditions of the Contract
2. Division 1— General ReqUirements
� 1.2 PRICE AND PAYMENT PROCEDURES
,
A. Measure�nent and Payment
� 1. Work associated with thts Item is considered subsidiary to the various Items bid.
- No separate payxnent will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.� ADIVIINISTRATNE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
i
. I. No application for iinat payment will be accepted until all guarantees, bonds,
certificates, ticenses and affidavits required for Work or eyuipment as specified are
• satisfactorily filed with the City.
4
� B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
�. release of liens has been sabmitted to the City.
� 1.5 SUBMITTALS
A. Submit a11 required docurnentation ta City's Project Representative.
CITY OF FORT WOR773 2018 CIP Year 3— Conlract 5
STANDARD CONSTRUC7"fON SPECIFICATION DOCUMENTS City ProjeCt No.: 109452
Revised July 1, 2011
U17719-2
CLOSEOUT REQT]IREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
L7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATIQN [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Fina1 Inspectian, submit:
1. Project Record Documents in accordance with Section O1 78 39
2. Operation and Maintenance Data, ifrequired, in accordance with Section 01 78 23
B. Prior to requesting Final inspection, perform final cleaning in accordance with Section
01 74 23.
C. Finallnspection
1. After final cleaning, provide notice to tY�e City Project Representative that the Woric
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will noti�y the Contracior, i n
writing wif.hin 10 business days, of any particuIars 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 af 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
af this notice, the City, in the presence af the Contractar, will make a subsequent
Final Inspection of the project.
4. Provide all special accessaries 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. Adeyuate oil and grease as reyuired for the first iubrication of the equipment
c. Initial fi1l up af a11 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. Natice of Project Completian
CITY QF FORT WpRTH 201$ CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No.: 101452
Revised JuEy 1, 2011
017719-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Aroject Representative finds the Wark subseyuent to Final Inspection
to be satisfaciory, the City will issue a Notice of Project Completion (Green Sheet}.
E. Supporting Documentaiion
1. Coordinate with ihe City Project Representative to complete the fallowing
additianal forms:
a. Final Payment Request
b. Statement of Contract Tirne
c. Affida�it of Payment and Release of Li�ns
d. Consent of Surety to Final Payment
e. Aipe Report (if required)
f. Contractor's Evaluation of City
g. Performance EvaIuation of Contractor
F. Letter of Final Acceptance
1. Upon review and accepiance of Notice of Project Compleiion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTURATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ae] SITE QUALITY CUNTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.I0 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MA�NTENANCE [NOT U�ED]
3.14 ATTACHMENTS [NOT USEDJ
END OF SECT�ON
Revision Log
DATE NAME SUMMARY OF CIIANGE
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPSCIF[CATION DOCUMEN'I'S City Project No.: 101452
Revised July f, 201 t
�
r
�
F
;
r
,
,
i
D 1 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of S
SECTION O1 '�8 �3
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Prod�ct data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations frorn this City of Fort Worth Standard Specification
1. None.
C. R�lated Specification Sectians include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions af the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Iiem.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 34 calendar days of product
shipment to the project site.
].5 SUBMITTALS
A. Submittals shali be in accordance with Section O1 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Foren
1. Prepare data in form of an instruciional manual for use by City personnei.
2. Format
a. Sizc: 8%2 inches x 1 i#nches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Teart: Manufacturer's printed data, or neatly typewritten
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
2018 CIP Year 3—Contract 5
City Project No.: 101452
017823-2
OPERATION AND MA►NTENANCE DATA
Page 2 of 5
d. Drawings
1} Provide reinforced punched binder tab, bind in with text
2) Reduce larg�r drawi:ngs and fold to size of text pages.
e. Provide fly-leaf for each separate praduct, or each piece of operating
equipment.
1) Provide typed description of praduct, and major component parts of
equipment.
2) Provideindexedtahs.
f. Co�er
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE 1NSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter co�ered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. VJhen multiple binders are used, correiate the da�a into related consistent
groupings.
4. If available, provide an electronic forxn of the O&M Manual.
B. Manua1 Content
1. Neatly typewritten table of contents for each valume, arranged in systematic order
a. Contractor, name of responsibie principal, address and telephone num�er
b. A list of exch product required to be included, indexed to content of the volume
c. List, with each product:
I} The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4} Loca� source of suppty for parts and replacement
d. Identify each product by groduct name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include onty those sheets which are pertinent to tiae specific product.
b. Annotate each sheet to:
1} Clearly identify specific product or part installed
2} Clearly identify data applicable ta installation
3} Delete references to inapplicable information
3. Drawings
a. Supplement praduct data with drawings as necessary to clearly illustrate:
1) Aelations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with in%rmation in Praject Record Documents to assure
correci illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installatian:
a. Organize in consistent format under separate headings for different procedures.
b. Provide ]ogical sequence of instructions oieach procedure.
CITY OF PpR'I' WORTH 2O18 CIP Year 3— Contract 5
STANDARD COHSTRUCTION SPECIFICAT[ON DOCUMEI�lTS City Project No.: 901452
Revised December 20, 2012
017823-3
OPERATION AT3D MAINTENANCE DATA
Page 3 of S
5. Copy of each warranty, bond and service contract issaed
a. Provide information sheet for City personnel giving:
1} Proper procedures in event of failure
2) Instances which might a�Fect validity af warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, far architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1} Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special rnanufaciured products
b. Instructions for care and maintenance
1) Manufacturer's recom�aaendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
produci
3} Recommended schedule for cleaning and maintenance
Content, far moisttu'e protection and weather exposure praducts:
a. Manufacturer's data, giving full information on products
l ) Applicable standards
2) Chemical composition
3) Detaifs of installation
b. InstrEactions for inspection, maintenance and repair
D. Manual for Equipment and Systems
l. Subrnii 5 copies of complete manual in final farm.
2. Content, %r eac�a unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Functian, normal operating characteristics and limiting conditions
2} Performance curves, engineering data and tests
3} Complete nomenclature and commercial number of repIaceable parts
b. Operating procedures
1) Start-up, break-in, routi�e and normal operating instructions
2) Regulation, control, stopping, shui-down and emergency instructions
3) Summer and winter operating instruct�ons
4} Special operating instructions
c. Maintenance procedures
1} Routine operations
2} Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufaciurer's printed operating and maintenance instructions
f. Description of sequence of operatian by control manufacturer
1} Predicted life of parts subject to wear
2) items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed coIor coded piping diagrams
CTI'Y OF FpRT WORTH 2d9 8 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajecl No.: 101452
Revised December 20, 2012
017823-4
OPERATION AIYD MAII�ITEMANCE DATA
Page 4 of 5
i. Charts af valve tag numbers, with locatian and function of each valve
j. List of original manufactwer's spare parts, manufacturer's current prices, a�ad
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of �pecifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and cornponent parts
1) Function, normal operating characteristics, and limiting conditions
2) Perforrnance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circe�it directories of panelbaards
1) Elec#rical service
2) Controls
3) Communications
c. As installed color caded wiring diagrams
d. 4perating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special aperating instructions
e. Maintenance procedures
1) Routine operatians
2) Guide to °trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustinent and checking
f. Manufacturer's prinied operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
duri ng insiruction of City's personnel.
l .i CL4SEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Pro�ide operation and maintenance data by personnel with the following criteria:
l. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
C17'Y OF FORT WORTH 2O18 C!P Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Cily Prajecl No.: 101452
Revised December 20, 2012
�
E
f
�
i
r
f
�
�
r
k
}
p17$23-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.20 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.l l. FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision �,og
DATE NAME S�TMMARY 4F CHANGE
8/31/2012 D. Johnson 1.S.A.1 — title of section removed
CITY OF FORT WORTH
STANDARD CbNSTKUCTI01� SPECIFICATION DOCUMENT'S
Revised December 20, 2012
2018 CIP Year 3— Contract 5
City Project No.: 101452
i
�
;
4
I
Ol 7$ 39 - 1
PROJECT RECORD DOCUM�NTS
Page 1 of4
SECTION 0198 39
PROJECT RECORD DOCUM�NTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
a Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specif cation
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division l— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with ihis Item is considered subsidiary to Yhe var�ous Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS jNOT USED]
1.� SUBMITTALS
A. Prior to submitting a request for Final Inspection, deIiver Project Record Documents to
City's Project Representative.
1.6 ACT�ON SUBM�TTALS/INF4RMATIONAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate ci�anges rviYhin the Recard Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Dacuments may rely reasonably on information obtained from the approved Project
Recard Documents.
CITY OF FORT WOR'I'H
STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS
Revised July I, 2011
2d18 CIP Year 3-- Contract 5
Ciiy Project No.: 101452
017839-2
PI20JECT RECORLI ]]OCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt af
information ihat the change has occ�arred.
4. Provide factual inforrnation regaz'ding all aspects of the Work, both concealed and
visible, to enable future modification of the Wark to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely pratected from deterioration
and from Ioss and damage until campletion of the Work and transfer of all recorded
data to the finaI Praject Aecord Documents.
2. In the e�ent of loss of racorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards origina�ly required by the
Contract Docutnents.
1.11 FIELD [SITE] CONDTTIONS [N4T i7SED]
I.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
2,.2, RECORD DOCUMENTS
A. Job set
1. Pramptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Cantractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
tha City l conr�plete set of all FinaI Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTI4N
3.1 INSTALLERS [NOT USED]
3.� EXAMYNATIQN [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maint�nanc� of Job Set
1, immediately upon receipt of the job set, identify each oithe Documents with the
title, "RECORD DOCUMENTS - J4B SET".
CITY pF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICA'CTON DOCUMENTS City Project No.: 101452
Revised 7uly [, 2011
017839-3
PROJECT RECOItD DOCUMENTS
Page 3 of 4
2. Preserva#ion
a. Considering the Contract compleiion time, the probable number of occasions
upon which the job set must be taken out for new entries and far examination,
and the conditions under which these activities wi1J be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start af transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance wi#h the intervals set forth in Section O1 71 23,
clearly mark any de�iations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviaiions from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearIy describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attentian to the entry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements oi conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical Iayout.
1) Final physical arrange�aaent ts determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the j ob set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Fina1 physical arrangement is determined by the Contracior, subject to ihe
City's approval.
2) Show, by symbol or note, the vertical location of the Itena ("under slab", "in
ceiling plenum", "exposed", and the Iike).
3} Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c_ The City may waive the requirements for conversion of scltematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely Upon waivers being issued except as specifically issued in writing
by the City.
B. Fina� Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documenis, coardinating the changes as required.
b. Clearly indicate at each affected detail ar�d other Drawing a fuil description of
changes made during constructian, and the actual location of items.
CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTIOAT 5PECIFICATIOM DOCUMENTS City ProjeCt No.: 1fl1�}52
Revised July 1, 2011
01 78 39 - 4
PR07ECT RECORD DOCUMEIITS
Page 4 oF4
c. Ca11 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 pocuments
a. If the Documents, other than Drawings, have been kep� clean during progress of
the Worl�, and if entries thereon haue been orderly to the approval of the City,
the job set of those Docum�nts, other than Drawings, will b� accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Dacument 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.� REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [N4T USED�
3.9 ADJUSTING [NOT USED]
310 CLEANING [N4T USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USEDj
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMAAY OF CHANGE
CITY OP FORT WORTH 2D18 ClP Year 3— Contract 5
STANDARD CONSTRUCTIdN SPEC�ICATION DOCUMENTS City ProjeCE No.: 109452
Revised July l, 20l 1
1
s
SPECIA� PROVISiO�I TQ 5Tl4NDA�� S�°�CI�ICATlOfli 3� 7� �3
TRAFFIC COI�TROL
SP 34 7113.01
TRAFFfC CONTROL
Page 1 of 5
; �or this Project, the 5tandard Specification 34 71 13 for iraffic Controf {dated 11/22/2013) is
: amended with respect to the clauses cited belaw. No other cfauses or requirements of this
5#andard 5pecification are waived or changed.
Delete section 1.1. from 5tandard 5pecification 34 7113 and replace with:
2
_,
3
,
�
,
�
�
�.1 SUMMALtY
B. Installation of Traffic Control Devices and preparation of Traffic Control Plans,
including moving, replacing, maintaining, cleaning and remo�ing up�n completion of
the work, all temporary ar permanent street closure barricades, signs, canes, lights or
other devices required to handle traffic in conformance with the current edition of the
Texas Manual of Uniform TrafFic Control Devices and as indicated an the Drawings or
directed by the Engineer or designated City representati�e.
C. De►riatio�s from this City of Fort Worth Standard Specificatian
1. As outlinec! in this Special Provision to Standard Specification 34 71 13.
i
;
D. Related Specifications Sections incfude, hut are not limited ta:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Divisian 1—General Requirements
Dele�e paragraph 1.2. from 5tandard Specification 34 71 13 and replace with:
1.2 PRIC� Ai�D P�YMiEY�T PFtOC�DfJRES
A. Measurement and Payment
1. Installation of Traffic Control Devices
a. Measuremer�t
1} Traffic Control De�ices for the project will be measured per month
throughout the project d�ration regardless of the number of set-ups,
lacations or streets under construction.
b. Payment
CiTY OF FORT WORTH
DATE: 12/13/2019
2018 CIP Year 3—Contract 5
City Project Na.: 101452
SP 34 71 13.01
SPECIo4L PROVISIOI►! TO 5`�,4i1lDA�D SPECI�ICAYIOI!! 3�4 5'�.13
TRAFFIC CONTROL
TRAFPIC GONTROL
Page 2 of 5
1) The work performed and materials furnished in accardance witt� this
Item and measured, as pro�ided under "Measurement," shall be paid
for at the unit price bid for "Traffic Control" under each Unit af Wark
(Waier, Sewer, Paving, etc). No adcfitional compensation is rnade for
materials, equipment or labor required for this Item.
2) No more than one month may be charged during the same 30 day
period of a contract. Projects with multipfe crews perForming concurrent
Units of Work (Water, 5ewer, Pa�ing, etc} will be paid far 1(on�) manth
tatal, under the contractor's selected unit. The selected unit must have
had acti�e worfc during that periad.
3} The months for each Unit of Wark will be appraximated for bidding
and can be adjusted during construction as the wark progresses
according to the Cantraciar's schedule. The Contractor's schedule shall
reflect the project being complete within the praject duration set by the
cantract.
c. The work performed under this Item shall include, but not be limited to:
lj Traffic Contral implementation
2j Installation
3) Maintenance
4j Adjusfiments
5) Replacements
6) Removal
7) Police assistance during peak hours
d. Traffic Cantrol Plan Changes:
1)Contractar dri�en changes to the sequencing, resources, or location of
traffic cantrol acti�ities do no# warrant additional cost for traffic
control.
2)City requested changes tv the scope or sequencing can be submitted as
a change order with supporting dacumentation for review by the
City.
3jDuring periods of inacti�ity the contractor must prv�ide supporting
documentation that additional traffic control was required based on
current site conditians and was present at the site.
CITY �F FORT WORTM 2018 CIP Year 3--Contrad 5
DATE: 12/13/2019 City Project No.: 101952
SP 34 71 13.01
TRAFFIC COIVTROL
Page 3 of 5
SP�CI,��. PROVI5iO�f TO S7'AI,I�A�D 5��ClFICAYIOiI} 34 ��. ].3
TRAFFIC CONTROL
2. Portable Changeable Message Board Signs
a. Measurerrient
1j Portable Changeable Message Board Signs for the praject shal! be
measured �er week regardless of the number of set-ups, locations
or streets under construction.
b. Payment
1)The work performed and materiais furnished in accordance #o this Item
and measured as provided under "Measurement" shal! be paid for
at the unit price bic! per week for "Portable Message 5ign".
c. The price I�id and work perfarmed under this Item shall include, but nat be
limited to:
1)Deli�ery of Portable Message Sign to Site
2jMessage updating
3}5ign movement throughaut construction
4)Return of the Portable Message Sign post-construction
3. Preparation of Traffic Control Plans or details if not pro�ided on the Drawings
and applicable City 5tandard Traffic Control Detail is availabfe at:
http://fortworthtexas.gov/uploadedFiles/Transportatian_and_Public_W
orics/Permits/TrafficControlPlans. pdf
a. Measurement
1)Traffic Control Pians for t#�e project shall be measured throughaut th�
contract time period and furnished by the Contractor.
b. Payment
1)The work performed and materials furnished in accordance with this
Item shall be subsidiary to the unit price bid for "Traffit Control".
c. 1'he work performed under this item shall include, but not be limited to:
1jPreparing #he TrafFic Control Plans
CITY OF FORT WORTH . 2d1$ CIP Year 3— Contrett S
DATE: 12/13/Z019 City Project No.: 101452
SP 34 71 13.Q1
SP�CIAL PROVISION TO STANU�4RD SPECIFICATIOP� 34 �1 13
TRAFFIC CONTROL
TRAFFIC CONTROL
Page 4 vf 5
2)Adherence to City and Texas Manual on Unifarm Traffic Control Devices
(TM UTCD)
3JOhtaining the signature and seal of a licensed Texas Professional
Engineer for all Traffic Control Plans submitted to the City.
4)Encorporation of City comments
Dele4e paragraph 1.5.8, D, E and G from Standard Specificatian 34 71 13 and replace with:
1.5 SUB�IIiITTR�S
B. Obtain a Street Use Permit fram the Street Management 5ection of the Traffic
Engineering bivisian, 311 W. 10th Street. 1'he Traffic Control Plan �TCPj for the Project
shall be as detailed on the Traffic Contral Plan sheets of the Drawing set if pravided. A
copy of the Traffic Cantrol Plan shall be submitted with the Street Use Permit and
upon approval uploaded to the City's BIM360 project page as a submittal.
D. Contractor shal! prepare Traffic Control Plans if required by the Drawings or
Specifications. 7he Cantractor will be responsibfe for ha�ing a licensed Texas
ProfessionaE �ngineer sign and seal the Traffic Control Plan sheets. Contractor, at his
or her expense, shall prepare and submit for appro�al Traffic Contral Plans where
Contractor wishes to de�iate frorr� the appro�ed set of Traffic Control pians if provided
in the construction documents.
E. Lane closures (including moving operatians) that require a lane to be clased to
through traffic for 24 haurs ar longer shall require a site-specific traffic controf plan.
G. besign Engineer will furnish standard details for traffic control. These are
guidance and are not sufficient for a site specific traf�ic controi plan for lane closures
o�er 24 haurs.
De�ete paragraph 1.5.G from Standard Specification 34 71 13.
Delete paragraph 33.K from Standard Specification 34 71 13 and replace with:
CITY pF FpRT WORTH 2O18 CIP Year 3— Contract 5
dA7E: 12/13/2019 City Project No.: 101A52
S
�
,
i
SPECI�L PFiOVISIOP� TO STAidDARD SPzCIFiCATIOIV 34 i� 13
TRAFFIC CONTROL
3.3 INS�'A��A�lOid
SP 34 71 13A1
71iAFFIC CONTROL
Page 5 of 5
K. Contractor s#�all make arrangements, at his ar her expense, for police assistance to
; direct traffic if traffic signal turn-ons, street light pole installation, or other construction will
� be done during pealc traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm}.
r
i
s
�
f
CITY OF FORT WORTH 2O18 qP Year 3— Contract 5
�ATE: 12/13/�019 City Project No.: 101452
APPEilTDIX
C1T`Y OF FQRT WQRTH 2O18 CIP Year 3— Contratt 5
STANDARD CON57RUCTfpN SPECIFICA710N DOCUMENTS City Project No.: 301A52
Revised Juiy 1, 2Dl 1
GC�-4o�2 ��l�surface ��d �l��s�call ��ncl���o�s
'�l��S PA�� �.��'�' �i�T'�"E�'g'�01�����' �1�AI�T1�
CITY OF FORT WOKTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTION SPECIFICATIdN DOCUMENTS City ProJett Na.: 101452
Revised July 1, 2011
���T������
ti„'�','�r -
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 7611b
Laboratory Tesi Results for
A Street Coring Project
Phone:817-392-7920
Project:
CPN# 101452
Date Tested: 12/20/2019 to 1/14/2020
Requested by PM: Mary Hanna
This report presents #he results of a street coring pxoject for (Water, Sanitary Sewer and Paving Improverr�ents %r
201 S CIP Year 3,Contracts 5 and 6). Mr. Uday Bangale and Stephen Overton per%rmed the cores, and subgrade
lab tests. Mr. Zelalem Arega reviewed and approved the results.
��ret•to�y �s�r•k �rive G.
(�'vx I:ro�low �t t� 3�1U'I�' o� �1lhi�a Cae��r#)
H4LE # �
LOCATION: 10�'S of Fox Hallow
4.00" HMAC
6.00" Concrete (Broken)
6.50" Pale Brown Clay w/Gravel
ATTERBURG LIMITS: LL: 33.60 PL: 14.44 PI: 19.20 SHRKG: 10%
HOLE # 2
LOCATION: 3905 Overton Park (W/4}
4.00" HMAC
6.Q0" Cancrete (PSI 324�4)
1.50" Brown Sandy Clay w/Gravel
4.50" Reddish YelIow Sand
ATTERBURG LIMTTS: LL: 26.90 PL: 18.60 PI: 8.30 SHRKG: 3%
HOLE # 3 � �
LOCATION: 3921 Overton Park (W/4)
4.75" HMAC
8.00" Concrete (PSI 1892}
4.75" Pale Brown Sand w/Gravel
ATTERBURG LTMITS: LL: 25.$0 PL: 13.40 PI: 12.4Q SHRKG: 3%
Page 1 of 8
����������
City af Fort Worth
Capitai Delivery Division/Soil I,ab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Phone: 817-392-7920
HOLE # 4
LOCATION: 3913 Overton Park (E/4)
3.50" HMAC
7.50" Stabiiized Material
4.OQ" Pale Brown Sandy Clay w/Gravel and Stone
2.00" Brown Sandy Clay
HOLE # 5
LOCATI4N: 3817 Overton Park (E/4)
4.00" HMAC
9.00" Brown Sandy Clay w/Gravel
4.50" Lighi Brownish Grey Clay w/Gravel
ATTERBURG LIMTTS: LL: 40.80 PL: 19.50 PI: 21.30 SHRKG: 11 %
f'u�vc� Ave�ae
(Ma�ks PI ta P��r�se)
H4LE # 6
LOCATION: 50'E of Penrose (N/4)
1.00" HMAC
6.00" Grey Sandy Clay w/Gra�el
3.00" Brown and Reddish Sandy Clay w/Gra�el
5.50" Brown Clay
HOLE # 7
LOCATION: 7321 Culvear Ave (S/4)
1.00" HMAC
5.00" Grey Base
3.fl0" Brownish Red Sandy Clay w/Gravel
7.00" Greyish Brown Clay
ATTERBURG LIMITS: LL: 66.40 PL: 27.30 PI: 39.10 �HRKG: 18 %
Page 2 of 8
���� ���.���
City of Fort Worth
Capital DeIivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Phone: 817-392-7920
xoLE #s �
LOCATION: 50'W of Marks Pl (N/4)
2.75" HMAC
3.00" Gr�y Base Material
4.75" Reddish Brown Sandy Clay w/Gravel
6A0" Very Pale Brornrn Clay rx�/Grav�l
ATTERBURG LIMITS: LL: SS.80 PL: 19.9 PI: 35.9 SHRKG: 19%
aVIa�''� ��-�-e�C Drive
{[.y�n�l�« I�rive �o �ier�brook IfV4��'}
HOLE # 9
LOCATION: 60' W of Mayfair (S/4)
4S0" IIMAC
7.50" Pale Brown Sandy Clay w/Gravel
4.00" White Ciay w/Gravel
ATTERBURG LIMTTS: LL: 32.50 PL: 14.50 PI: 18.0 SHRKG: 10 %
HOLE # 10 �y� � �
LOCATZON: 7613 Mazy's Creek Dr {S/4}
3.5�" HMAC
3.OQ" Yellowish Brown Clayey Sand w/Gravel
4.00" Brown Clayey Sand w/Gravel
4.00" Brown Clay w/Gravel
2.5�" Pale Brown Clay vv/Gravel
ATTERBURG LIMITS: LL: SS.�O PL: 21.41 PI: 33.61 SHRKG: 18 %
HOLE # 11
LOCATION: 35' W af Lyndan Dr (N/4)
2.50" HM��C
5.50" Yellowish Brown Sanciy Clay w/Gravel
3.50" Brownish Grey Sandy Clay
4.50" Brown Clay
Page 3 of 8
����������
City of Fort Worth
Capital Delivery Division/Soil Lab
8$51 Camp Bovvie B�vd #300
Fort Worth, TX 76116
Phone: 817-392-7920
HOLE �# 12
LOCATION: 45' N of Dilworth (W/4)
3.00" HMAC
3.50" Brown Clay w/Gravel
9.50" Grey Clay
ATTERBURG LIMITS: LL: 70.90 PL: 30.60 PI: 4430 SHRKG: 19 %
L.�l�be�' Av�r�ae
�F�rn�i ��re�l�tv F�o�rne Sh�e�t)
HOLE # 13
LOCATIQN: 5609 Libbey Ave (S/4)
3.00" HMAC
15.00" Very Pale Brown Clay w/Gravel
ATTERBURG LIMITS: LL: 30.60 PL: 14.50 PI: 15.10 �HRKG: 10 %
HOLE # 14
LOCATION: 5624 Libbey Ave (N14}
3.00" HMAC
14.00" Brown Sandy C1ay w/Gravel
5.00" Brown Sandy Clay
Libbey Aven€�e
{�larr�� �tr�et to I�itfie a e �fr���}
HOLE # 15
LOCATION: 65'W oiHorne St. (N/4}
1.50" HMAC
6.aa" Pale Brown Sand w/Gra�e1
3.50" Brown Sandy C1ay w/Gravel
6.aa" Brown Sandy Clay
HOLE # 16
L4CATION: 5$33 Libbey Ave (N/4}
2.00" HMAC
7.50" Brown Clayey Sand wlGravel
7.00" Strong Brown Clay w/Gravel
ATTERBURG LIMITS: LL: 55.10 PL: 23.7� PI: 31.40 �IIRKG: 16 %
Fage �4 of 8
�������.���
�
c��y af For� wartr,
Capital Delivery Division/Soii Lab
$851 Ca�np Bowie Blvd #300
Fort Worth, TX 76116
Phone: 817-392-7920
HOLE # 17
LOCATION: 5805 Libbey Ave (S/4)
2.50" HMAC
7.50" Brown Clayey Sand w/Gravel
6.00" Pink Sandy Clay w/Gravel
ATTERBURG LIMITS: LL: 30.60 PL: 15.40 PI: 15.20 SHRKG: 7%
— — A�rnberl' Arrrnue
�Fs�r+�r� St�•e�t to H�r��jte �t,��e�j
HOLE # 18
LOCATION: 5601 Humbert Ave (S/4)
2.00" HMAC
14.Q0" Brown Sandy CIay w/Gravel & Stone
HOLE # 19
LOCATION: 7S'E of Horne St (N/4)
1.50" HMAC
6.SQ" Pale Brown Clayey Sand w/Gravel
9A4" Light Brown Clay w/Gravel
ATTERBURG LIMITS: LL: 37.30 PL: 17.20 PI: 20.10 SHRKG: l. l%
I���noke Str�a�
(C:w�[ver A,vc�ue to 1�'y�l�l'f �f��e���
HOLE # 20 �
LOCATION: �4929 Roanoke St. (E/4)
3.00" HMAC
4.50" Brown Sandy Clay w/Gravel
5.50" Light Brownish Grey Clay vv/Gravel
ATTERBURG LIMITS: LL: 48.D0 PL: 22.20 PI: 25.80 SHRKG: 16%
HOLE#21
LOCATION: 4809 Roanake St. (E/4)
6.50" HMAC
3.00" Brown CIay w/Gravel
8.50" Brownish Grey Sandy Clay w/Gravel
Page 5 of 8
���� �����{il'.
,
Ciiy of Forf Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
�'ort Workh, TX 7611G
Phone: 817-392-7920
HOLE # 22
LOCATION: 4902 Raanoke St. (W/4)
4.dd" HMAC
5.50" Brown Sandy Clay w/Gravel
6.00" Crreyish Brown Clay w/Gravel
ATTERBURG LIMTI'S: LL: 63.40 PL: 27.80 PI: 35.60 SHRKG: 18%
I�r�rv�e �t�'�!
{1)lA7 ��Yi'iiE#E' �p VVea�eSlCv)
HOLE # 23
LOCATION: 3404 Hervie St. (W/4)
1.50" HMAC
1.50" Brown Sandy Clay w/Gravel
8.aa" Stone
4.50" Lzght Yellowish Brown Clay
ATTERBURG LIMTI'S: LL: 39.70 I'L: 18.80 PI: 20.90 �HRKG: 11 %
HOLE # 2�
LOCATION: 120'N of Wellesley Ave. (E/4}
3.aa" HMAC
I s.aa" Pink Sandy Clay w/Crravel
ATTERBURG LIMI7'S: LL: 28.50 PL: 17.50 PI: 11.00 SHRKG: 6%
_ _�e���� �1v���ae - -
��1'�s��'��+� L���e io Sa�pi�e���e,« l�l�r�}
HOLE # 25
LOCATION: 120'E of �appington Pl (S/4)
3AO" HMAC
1.50" Brown Sandy Clay w/Grar�el
3.00" Greyish Brown Sandy Clay w/Gravel & Stone
7.50" Stone
2.00" Greyish Brown Sandy Clay w/Giravel
Page fi of 8
���� f � ����G
City of Fort Worth
Capital Delivery Division/Soil Lab
88S 1 Camp Bowie Blvd #300
k'ort Wortla, TX 76116
Phone: 817-392-7920
HOLE # 26
LOCATION: 6G04 Locke Ave. (S/4)
1.50" HMAC
3.50" Brown Sandy Cfay w/Gravel
5.00" Redc�ish Brawn Sandy Clay w/Stone
5.0�" Pale Brown Sandy Clay
3.40" Reddish Brown Sand w/Gravel &�tone
HOLE # 27
LOCATION: 6558 Locke Ave. (N/4}
5.50" I�IV1�C
l .00" Dark Browra Clay
8.50" Yellowish Brown Clay w/Grave] & Stone
ATTERBURG LIMITS: LL: q-4.20 PL: 19,90 PI: 2430 SHRKG: I3%
HOLE # 28
LOCATION: 6624 Locke Ave. (N/4)
1.50" HMAC
3.50" Pale Brown Sandy Clay w/Gravel
5.00" Reddish Brown Sandy Clay
b.00" Pinkish Sandy Clay w/Gravel
A`TTERBURG LIMITS: LL: 30.97 PL: 14.98 PI: 15.99 SHRKG: 9%
- - -- - -- _ �nlderJD�•�re — -- ---- — - — -- -
f�s��C la�rest ��� �3urto� Nill
HOLE # 29
LOCATION: S4Q4 Volder Dr. {N/4)
6.00" HMAC (Broken)
3.00" Gravel & AsphaIt Pieces
7.00" Greyish Brown Clay
Page 7 ot 8
�'���������
City of Fort Worth
Capikal Delivery Di�visian/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Fhone: 817-392-7920
HOLE # 30
LOCATION: 5500 Volder Dr. {N/4)
3.25" HMAC
4.00" Stabilized Material
2.75" Brown Sandy Clay w/Gra�el
bA0" Grey Clay
ATTERBURG LIMITS: LL: 41.70 PL: 17.20 PI: 24.50 SHRKG: 12%
HOLE # 31
LOCATION: 5612 Volder Dr. {N/4)
2.aa" HMAC
5.50" Pale Brown (Stabilized Material)
3.00" Pale Brown Sandy Ciay wlGra��l
5.00" Greyish Brown Clay
HOLE # 32
LOCATION: 5633 Volder Dr. (S/4)
3.50" HMAC
7.50" Pale Brown Claey Sand wlGravel
5.50" Light Brownish Grey Clay
ATTERBURG LIMTTS: LL: 40.97 PL: 17.8Q PI: 23.17 SHRKG: 12%
HQLE # 33
LOCATION: 5521 Volder Dr. (S/4)
4.00" HMAC
S.SO" Stabilized Material
6.50" Gray C1ay
ATTERBURG LTMTI'S: LL: SG.Sa PL: 23.30 PI: 33.20 SHRKG: lb%
Page 8 of 8
�C�4o�4 �Jnder��°ound ]Fac�l�$ies
'�']��S �A�E l�,l��'� �l�'�']�l�T�IONA��Y �l�.�A��
CITY OF FdRT WORTH 2O18 CiP Year 3— Cantract 5
STANDARD CONSTRUCTION SPECIFICATION �OCUMENTS City ProjeCt No.: 7.01452
Revised July 1, 2011
S
z
�' '�i�a�l�
�
e
E �
��a���g
bnyjm 4
-5�°`��
�oPo'�°$
a°'s_"��°�
�qdnoFc
d � �a
� j"ia.�riW
�ro v = "�i IT �
� "i � ° iii �..'
_ --, -�-
'�+ "� ,I ;.�; o�i � 'ti
-------- �� I i;.11 I� � 'i�i
—_ _� � "�' ���� � �
� � � � ,
, � i� �.I �
��T� �.� � j �jl' �i � �'; � �
� . .� — �
,` . � �' �
� ` �.
I I� I W
� � i' ' '
_ � __—; �, �, � _ . .
3A1110 YtlM� Y1NY5 �� � e c.
; � ii � !�� �_ ` o �� ..
.. �. �� � k� � ��li
� � �l I � . " � I �
Q i` � ��».v.l�+t � „ �
_"__�,� , II' F I 'I ' I
_I III ` �
_oi , . .,
----- . � ; � r
a �' r.l o�'
:} 4 I �
�` i.-�
/ �
� � �� �
ii I� �
-..� _ �,I I . - �� ,�i ��� il �
' - I
- - ------ � � ��i � � ;� � ` .
� . =� � �. �
Q; � `� �
� ��.,
_...�W _ g_� I I
0
� ' ;� ]
� � � � 1� -
_ — i�o �
_...-,.-. _ ,�._ �'o /'I .
C' 1.f L'- _.� � a
� �i l , 'i
a � t�-
. � j' �"' �
, .
•. ,�
.�____ � � ,
� _�. a
----_ w =� - - _. . �� __��. __ _ - .
r..__.__ ca� Ea ------
arou ii�y xo�ane .--i
4 �
�� o� xW�
= =�a w.. ��^
� Wm$ i�� ''J`—'�°vW,
� ��` ��s W�•p-
� m�� ���Cp gW
; 6 W N Z� S
O G�� Ou'�2 ���
�� ��� �:�i ff�W
�� ���� ��g �•..
4 wa� Q�'
��uI - : �`pp;W� "m.
Ca V�~� m O W W M w�-
JJ J�j�y;4 aNF e ZNy�
Wa wffiSa J�`w_ sa`�'a
�� �yJW ��F� �W��
�� �=�J '"'rZb y.�-.W<
7� 3��� s�=�� ����
0g7 ���
� �€3 �o� os8
��
a.
��
I =�
o ,_
Z
� �
t� ,
w,
J [
i :
u �
up
Z
w �wW
� s a�
a ���
� ����
�
R
o ' � _
F I A i
o i � €�
� I , ,
�
O
I.L
w�
��
s�
a
S
2
+���
�
N
O
C
u
N
r-�-� � �~ l^
'�- al�R FOARESi CRlV6
� �\ i,�_.�� I
f .���.._-----�
--.---- ,� �i � �
1 �� '
, � dl�o
� ; ' I� - , -:
.— �-.—_ `�'' �� �,_ .� �� � ,
� _fl ,
----- _...� � ��
-�—�. '°�""" �_
I �� �
r:
\�
--� �I�� ��
,
____ � `�-1 °= -
_y� ti�� - ~I
\�� �
� ���' -� �
_I, �� - _
�
�, �
\u IF�
�, . �-� _.
� �' I 1
.� _ � .w�_� _ o-, '�.
i I
,.,o a�-��
—�, � _�,
O�
i
� � � `
- - i '� _`_ -
��r" II r' I 'I
_���,,,,�� ��' .
_�A-�� �.� -�-
3A�lFG A3'KN7
�___.�._ ' ...r-. �l
T '� -
���'r_�___..� .. O �
- ---' - � Ic�i �"� r'- O , t _ �'��
4
�
E�B�g�e
oww�a
o n�`a�as
n s"aonE
� �;�v$Li'b:
n3EQ��w
tia $°L<
■ � �
C
�
K
C
6
wq
G
_ �Z �
�_� _� - ` � f _..-�-_r� - � .�. e O o j W �
' � � `t'�� w ��
.�-.�--'-- � H �m� `�� y�� m o �+
� -� I���Y W �$ �y�Y a'"< vi
. ��. � ��� +�y�� ��< �, � W
' ��� �:� a:� < Y o � � :
—=ct- . � �� _ °' '� W
W ��5 �
h`�� � ��z 5�3� �wN a � � � W
� Y\' �� �53 �Y�� �'� Z � _
_M�, :�n �'�� Q .,
�_ --�. -- �� ���� ��oA ��a � � � �=
,Ni =� =o:� �.': dm: a � � ¢ �
u $
g� O I ;�
i� --� ` o� �+�z� m8:�u�i !i�.^a "- -
j__ �
I � w� ww�� W�� �K�� .Z- I.
-- � �� m'a 1`�WJ W$��8' �
.- _ _ �_.—..'_ �� �>�� ��•-� J�'z� �
° � ' �� 3�w= a��� ���_
- r�; ', � d�� go� o��
�=�
-- '� -
� �.���
� i �'�,_ �._. Y
o�/ ' 7 � � �
- -� �._...�-- —� _ � z �
i � / i
- � /c � ' � �
_ = M`— � ; _ � — � :
C
, o � �� � �
l� � �� � ��- W�
a _� �� Z , ��
- o � U � m
__._� ��-- � w .. � �
�' � m J
_ O a � t
--� �� rn� � o � �
`s �
O w
-_r � .-..I. g
� �..�.L.....�_'«__'«...
� �� I '
- �-- --"-"- � ..� � .`.. - --
�
0
� ��
�
I
I
a O� .._ -,.p}y�,. :,�..,� 1� '
g ff � vfJy
1�
y 133tl15 31�1L3H �
a � I' �, ' i
���� I��I
w a
x
h
d
2
2
t)
.I. _ _
I . I i �~. ''=J ._... ' ,
f I — '�
' � 1337l15 3[Atl3H I
_ � z
? . '� I: ' � y
; � :I � . e� �
� �
i
�
9 �
O 2
�
�.1.�
� �
J i _
��
w
�
^._______. �
OY ^
�� 0o OW�
� ��o Np ���
N �ma ~�6 Y6� m O f>
W �g� � y ..�p�
� NN �� �y< W S W W
O F � O � C� J �
■uF <6� ��� � J J J =
6
'8� ��.a �"S�i �"' d � � 2� "
_a py.y. ¢p?� Z I .,
� �r�iy �bRfL�2,� 2 � p ! i �
�� �b� �N�N u+.�. H I �' r
� i'a
�g ^�z� ^`+3,°� o�.� � � � � g
: � ;,�x� m�wW �"��� Q � ' s
w� ww�� WS�= ;:�� � � ; �
�
�� �m ��_, 1$�� o
=a =��� =�~w =��� 4
o� 3�w_ ou"" 3d "
�� o��a
a oa&� ao� �51�
rc $
Ny
� O
3 �
�
� �
_�o�q��
=��W. a
.��»a--
�q�;����
G�g� ��
�i3��i' ^po
a�S�L'�oR W
"a =
ti Cb
5 m
$
W
z
�'�� �
i
N
O
�
�
�
J
1
�
�
�
�
�
2
�
�
�
�
�
�
�
4� 1
�
�
�
4! l
�
�
�
�
� €� � i
� ;��&e
`�sn�mc
c~
�yQ���
� EO•;�R�p^
33^ �m�
; ue
' oa
q ��am Fi
a io m
�Y �
�� Do pw�
§�' �'�� ���
m$ r'e"� �w�
�",. �$� xsJ a`�"a .... ..�
� ��� ��� >g.. W s > ;
- ,� .;s�
=g� _�� ��j o
iLL� ��� 7�� � � � � w
� S�s� 5��� kq�W� a=. � � � �
� - �Ji- $i�$ 3`�� p 3 a
€ 5.'. �..�N u� � : �
�� ��F� ��' o �:� �" o .:�''
�S •LL�•'�.�� ��`. a�� � i � �g
oa u�z� m$Fw Ki � u
�ay �p� a�_ �� � � , ' �
wi0 SW'J'O WKw'"' J�ul�
�� �N' �8s� 'y"�`d� �
�`: �y�J ��`� ��'z� �O
"� �:LL ����
3� 3..�� o��� �y��
0 oFo-$ �
rc aaS io� ��d
� �
� � .
Z ,
W
S�
J -
i -
I .
� �
� I
4 .
W �
5� �
".f �
. t
3nx3tir Npyrd
O
W
F
���
ii
N
�/ 1
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
C�
r��
V
�
�
--------� - ----___�
L33tlLS 3%1d3lllll
Z�O Z 1�3H5 3NIl H�laVY
ii
� r�
i
r
� 4 i
i �I �
i �
i
R � �
'' i
�
i �
i
I ' �I
i
� � -��__�-__—___
i �
�
i �., r'
i
� _�___________..,
�
�� o'
� �
� D �_
��
! � �
I � �_�__
I�
' 1.� '. �5"'__'_'_
i133tl15 NYM0114N
� � —
kr--------
� �
�
' ; —
� �
�
� �
� --
� �
�
�1
� u;
�
�
E
i 1
3 ��
I
I I --
I I
o � �
�I
o•.
� � ;
� �
o� I �
�—
—� . b
�� �
; -� �r--
--_!__
i
i t
i t
�� i
i i
� O
y
' _ _ _ _ ' _ ' ' � ti .�. r _ ' _ _ _ _ ' _ _ _
i i
i �
� E � .5.
cm � �9
�op°c�y
` w,m2d
E3:�i���
`�q�a V F
FO°'���°4
�; � �`^+u
��6�caa
r {q o`a
6 � q
� �
�_ �S �zu
= =�� �o~�+ �W
�n u'im� oiC u'mi'
� ` �`�c
� ��a ��� o$i
o ��� �'� ���
} -0W� q��
"� S�� o$�� �w�
$� $�: �9Ya� ��
�W g4� 5��'" �
ao w�
�� ��z� 4��+� �@�w
�� s nmLL
-� �.,$ 'm�aW� ',a��3
JG Jp1�= J6=� Jlpm�
JO W�-=iO JOWr. W04�
���y�W �5 ''�,o�
: �� ��"W yW"�
" j="} yt.?� ',�,
�u 3�'�g"`. $��'� ���i
a ag3 g�ai 8�Y4
F �
� n
0 � �.
; i,
w -�
_., .
u �
�
W �WW
a ���
a -��
a a � � �
4 � � �
� �r �8
o � �
� � r
�
4
�
$
� �
�`s
0
[
G
f
�
�
1
1
f
-f
�
k
8
at�
�
s /
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�� � F
• • •
�
�
�
�
�
�
�
I I
I I
1 I
I I
3�^ o� '�W
u nino ..�u
z a�� �`��+ u�iu
c_ w'm� "�S u�N m o �
'" �r� �'�� s4� �n � �
� �.�� «d� o �`' W w '
LL o�� �� :�� p
j :y�^ Ii� a�� a �� J N
�$W � � i a
� py pp �
G�F Ou�F Ng�W= d � O O �
��' �� J �Y�y� 3E�� 0 � ; 5
�R�V. w�J
�w �� ���0 NW� ~ I 4 �? �
�x ���� �a� �F Q t ¢
�i � .Z. � � m � a � # � LL
: � L�`� m��� :,�� • � I �
y� �
o f C�� �g N m Z ^ � . 6
>' W��o W W� �g�<
�� �N'., �'��� ., S'��' �
=3 �>$� �� ��z� �
J� �
o� ���� `S�� -
g �o�� ����' �5��
a aao toH �5'a
� 2
$ .
�
0
$
N
� �
Ju
S
�
g z •
� w
w
y J ,
t '
jt'i e's
�
¢ �
� �
� �
7
� ��a���e
m ,���`-n�=o
a ,� _ t
«a��� €
Ea`A�..�d
,� '��`�m°°
��a �b
; yo
Z�0 l 133HS 3NIl H�J.VW
,
� �C-�s�6.D ��i�o�r�t� ��� �'vm��rn O�v�e� �us��es�
� Ente��r��se C�m��p�i��ce
' '�`I�[�S ���►.G� ]�]�1F'�' �l�T'I'EI�T'�'I��TAlL1�Y �3��.�TI�
�
r
-- f
E
.'
1
GITY QF FORT WORTH 2O18 CIP Year 3— Contract 5
STANDARD CONSTRUCTfON SPECIFlCATION pOCUMENTS City Project Na.: 101A52
Revised 7uly 1, 2011
�'C�i�'7' �C�I�TH
T�;?Vi.�'�)������' ��FfVISI(�1� �1{xl�i��l1 (C�.11'li)-Y��
�ity of For� �ilo�tF�
�Vlinc�rit� Bus�nes� �nt�r�ris� �pe��fi�atians
�P����l�. IfV�TFtU�Ti��l� F�Fi �FFEFt�R�
APPLICATIQN �� �OLI�Y
IF fhe toFal doliar +ralu� of #he �ar�#�act is $5�i.0a0.0'I ar rr�oare, tNen � M�� sub�ar�Rfa�tl� �oal �s a ii�alsle.
P��f�Y ST�ITEM��17
II ks Ihe �o��cy oi the ��#y o� �art Vti+�rlh to sns�re ihe fu�� en� ��uilabfe �art�cl�atlan �y M�nor�ty �usiness �nte�prises
�MB�} i� the �roc�ren�ent of �II gao�a ar�d sen+�eas, All ra�r�lremen�s and reg�ia�l�rts st��ed i� tF�e ��ty's cu�ren!
[3usie�ess �iv�rsity �t�ter�rlsa C�rdinance ap�lie5 t� th�s ��d_
N1��_PE��JE�T �01�1LS
Tf�e Cl�y'� �7�E r�o�l on tl�is ��+�J�ck i� 1� .°1a of lhe lads� t�ad ',+alue s�! ifi� �:+sr�tr�c�.
No#a: IF balh M�� �r�d �iBL� subeantracting goals are asfab�lsk�ad for �his ryra�a�C, ll��n an O�foXne nausi sai�il-�il both a
N1�L� �iiiizalFon �orr� and a',s'Ci� I�li�izali�n �orr� to b� deomod resryar�sivo_
��IMl1��IAN�� �'O �ID ����I�'ICA�'ION�
On C�ly confiraets �50,440,�1 r,r rrsor� where � N9C�C subs:ontea�Nn� g�a� �s a�a���e�, bfferar� ar�r r�yqu��ad t€� �o�nply
wllh� [he ir�k�nt �F ��r� Cl�y's Bu�ir���s �l��ersi�y E�i���rise Ord�r�a��ce �y an� of lhe foClr�wfng.
7, �11eet nr ex�$ed t�e ab�v� stat�d T�4�� gval thraugh ��� �u�contract�ng paeti�i��#ion. ar
2. fN�et ar exceed the ab�ue s��i�d MB� goal t�rnu�h M�� Jaint V$nture �arti�ipa4E�n, nr;
3. GOot� F�]t� Eff�r# dapUme���lEpn, pr:
4. Prime W�i�+ar docur�renta#�nn,
�U��JIITTAL OF Ft�G1�IR�D D��uM�I�TAT�OfJ
Th� �nPllc�blfr �acurr�cank� must be r�,�o�+�ed by t��? by ��a �s�,�n�d C;ity �F �atf Wnrtf, Projeo� M�ria�er or
�����rtm4nE E��si�+�o�, w��hln �h� FnIlnwEng tim�s s�l�nc�ta�l, In �r#vr fo� �he �r�Nr� bFd Ca f�� coe�sl�ls�ed respernsRw� R�
!�5 �p+��l�cral�pn�. leti,� ;�fr������r -;la_�II L'-M+�I� I��F; �v11'F rJar,a,inu�,rl,iN,�ii �fa If�r as��l�ll�erl �:.�lV sai `C}al 4Nti�l��
F'i+��i'�-t E�l�ria��fx ��i I]��;��Iri,r;ril Ci� si�r����_ A ia�asJ �:opy w�ll nr.Fi hy�r bc��pl�€I.
7. Subc�rntr�ctar l#Nl��atlarr Form, �f goat Is re��lved na f�ler t�rsn 2:0� �.rt'r., arf lhe 9�cond City buslrr�ss day
�rrsE csr exa:ee+J�rtf: a€ter li�s b�d ��enlna �ale. exelusl�re o� �#�� �id ooenl�a dr�t�,
2. Good �alt#� �ffar! ar�c! �uheor��{actor
U#iNxatEan I�arm, if #arEicl�atior� is less fhan
s�a[eti �oal:
3, �oad �aftl� �ffork and S��conkractor
�.Itilixatio� �orm, iF na Ar1�3� p�Mic+�atian:
+¢, Prsm� Can#r��tor 3Nalvar Form, if yc�u wlll
perfarm all ��tsc�rtl�ac#lerc�lsupp�o�� wvrk� ,
5. Ja���t Venture Farrr�. iF �aal Is a��ei ar
�xc2eded;
rec���ad no iater lhan 2:4� p,rr�,. on lha secon� {r�ly �usiness day
ati�r ti�e b�� ��enir�g date. exc�usive�of ti�e bi� opening da��.
recoiv�d r�o Cafar tha� �;�� p.m„ on the se�ond City buslness day
alter#h� �id o�ening date, csxclusrva of Ihe b�d ��onln�date, ---
rcacelv�d no lalar ih�n �=fi� �r,m., �n Il�a s��:orr[f Ci�y I��xS�nsss c��y
�f�et R�I� bid �p�r��n� d€�t�r, ex�I�+SIv� o[ �#�� bid openir�g rl�tr�,
��ce�ve� no later lhan �=0� p.rn„ on l�7e second �Ity �Wsir�ess ��y
afier the bld �Gening tiat�. �x�l�,s�ve oi the �Id o�enfng �aCe_
����u�� �ro �o���r uurr� rr�� cN�r�r+s �vsNr��ss ���r��sM�r�r �r��r����is� o���r�ar���, uu���. ��su��r is�
r�� a�� ����u� co�r�����z�a �ora-�Es�o��iv� �'o sPEciF�c�ar�or��,
�AILURE TO SU�MIT TFEE F��Cll�ll��� MBE �QCLIM�f�l�'ATIO{V I�ILL f�ESUL'� �l+1 TH� �IQ ��IN� �ONSi��FiED
hl�N'-14�5�0lUSI�lE, A S��ON� FA��IJft� Yi11LL F��SU�T IN T�iE O���R�R �EING ��5�lJALIFI�i) F�1� A
I��RIOD �F ON� Y�AF2. TFlF2�E FAIL�IRES Ih1 A�'4�fE Y�AI� pEFtIOD �NILL FiESUL� iN A I��SQ�IA�IF��A'f i�n!
R�RIO� OF TH#��E YE�1RS.
Ar�y t#uest�nns, pleass conta�t tlte Of#�ce of �us�ness Dlversity at {5�7� 39�-Z$74.
O��ce �f �usir�ess �i�efsfky
E�nall: rnwk�eolfce�Forlworlhi�ex�s,go�r ��emp�rnrify E{�vise�J rl�ril b. �i12U d�� I�+�.'(?Vll)�4 Eur�er��ney
�ho�e: {81 T} 39�-�87�7
r�rTa.c���n�rrr �,n
���e 1 �f �
�'[_1 � T �[l l�'I" H
G f ty �f Fo� 1No rth
��fi�e o€ Bu�iness Diversi#y
�BE ��b�ont�'a�torsl�u,�plfer� Ut�li���N�n F��`rt�
ae buk io �e�
CarikNeallon
tN+'.�1� f )E �=�
�� � � � � � ��� � �
���y's I��� p�oie�t s�a�:
'� �'D °la
- ���'I�I`��� �
hIOVeFrib�f �9, 202�
�����J�
N+.J hl -k,�; U1'1[1Li F
Id�ntif}r al� �t�b�o�tra�t�r�l�u�pli�rs �rau v�rRll u�e an �f�is pro�e�#
FaiJure to cotn�le�e lhis �orrr�. ii� �ts ontlrtrly wlth r�qu�r���d d�c�re��r�#a1lp�, and r��ei�+e� by th� Pk�r�l��sir��
�Div��ior� no lat�r tha� 2:�Jt1 p.m, o� th� secons� �ily buslr��s� dc��l �f#�� bf� Op�ni�g. �x��usMv� �f b�� t�p�r�ir�� dat�,
vulll r���lt i� #F�e bid being co��it�ere� no��res�ar�s�ve #a bid spec�i�icat��n�.
i� �+ncfer�i�ns�f Offer�r agr�es la e€�te� in#,a a farrrral a�fee�enl w�#� khe N4�� firm�s� list�d in �h�s ulil�r�lio�
:heci����, con�l�ior��d upnn ex�c�tl�n af a r:or�tract wifh #�e �i#� o� Fort iNarFh. The irrtent�ona! ar�d�or kr�owrR�g
isrepr�senta��vr� of �acks is gr�4,n�s f�f cons�dera#ion of disqualificatiorr and will result ir� the #�id t�ein�
a�si�tefed r��r�-r���or�sav� ra b�d sp�rifi��lRor�s_
M��� listed #u+rv��`d meet�r�� k�te pr�j$ck gaal rnust be la�ated ir� tl�� six �6� c�ur�ty rnarketplace at t�� tima qf
bid or tltie bus�r�ess has a�igni�icant �usiness Rresen�e in ti�� Marke�pl$c�. fV��rAeipl�r,� Is Iftie g�ogfia��h�c
�rea ar Tar�an#, �lalfas, Der�ton, .1o�3nson. �arker, and UYise co���ties.
�r+m� ��ntr�ct�rs m�s# Edent�{y k��r i�er re�eJ of alf �ubca�tractar�su�pliers, Tror. mea�s thc� f�rv�rl of
subcor�Cr��:fir�� b�Eow th� prirn� cv�#ract+�r{con�uftant I.e_ a direct ���men� frarxt t�� prirr�re c�ntractor lo a
suk�u�ntra�kor is �;c�r�s�dared 1"� #ier, � p�y��nt b�+ a�u�c�ntra�c#or to �ts �up�lier is c�nsidered ��"° tier. Th� prin��
�ontra�tor ks respo�slbf� ta prov�de ���o� of pa�ment c�f all t�e�ed s�bcnn�ractor� idenri#�ed a� a MB� and
co�nffn� ihcas� cioN��� t�ward� fn�t�ng th� contra�l cor�miE#e� goal,
A�� MBEs MUS�' B� ��RTIFI�i3 B��OFt� �ON7�CA��` A1NA��.
Cer�ifiG�tior� rr��aans �hose Frms, loca#ed withir� k��� hharkelp!$�e, �h�l ii�ve been cf�l�rmlr��� 10 �e a ksor���t�� mlr�r}rr�y
b��ir�es� ent�rprise L�y lh�e h�c�r�h C��,I��I �ex�s Regfa���l Certi�caxi�t� Aga��y [�I�TR�Aj �nd t�e ��li�sJ�'orl UV�rth
Mir�orily ��+p�li�r f�eVe[opmen! �ount�l {f�1f=W ����}-
If ha�ling s�rvlces are utllizec�, tl�� �ff�r�r wlll E�e ��ve�ti cr��it �s �ong as #he ME3� I�sted owns ar�d
c��c�ea�c�s at le�st c�n� �u�ly �icens�d ��� a��rat�or�al te�ck to �e u�ed on ��� �or��ract. Ti7e M�E er�a�r ��aso
irucks rrom �n�li�er �+18� �irr�n, lr7cludir�g l�4B� o�un�r-a��r�ted. anca �e�:�ive fuJ! h�E�� cre�a�_ T��e i�B� ma�
I�as� #ru��Cs from �on��vlfi�s, �r�caudir�� �wn�r�n��r�t�rJ, l�ut vulll o�ly� re�eiv� �fedi# €ar tl�e fees an�
c�mrn�ssi�ns ear�r�d by tE�e h�IB� as oullan�d Ir� tho lcase �c�re�*.rrrent_
R�,v 2�1311 �
�'� �'��� A�TACI•IhdEk�T 1A
F'a�]e 2 �f +#
�tferors �re req�oirer� !o eda�liry I�L subGantrat;t�rs�sup�IGers, req�r[�le�s o[ st�lus; I_e.� MlnorEty and nr�r+-�H�s, fiA�� firrrr� are �o bo
IisRe[k fi�sl, us� �ddikiana� s�eets ii nocessary �ie�se no�r� that anly cgrtifir�d MB�s unll ha ca�nted la m2�1 an [�BE go�l.
�
�4#BCOl�lTRA�GTQR�SIJPPLl�R Q
Cntnpany �+lkrr�e 7 M w5+ � �eiall ��t�ll
J�Id�r�as i � g St�bC��#r��tin� Su�paies
Tel�phona��ax e � � M Wt�fk pur�l�ase� UollarAmvr�nl
EmaEl � �
Contact Person �
❑ �
❑ U
� �
❑ Q
� �
I
� �
�,�,r. �+��+t�
����t'���� �Tr�acf�ir�fr��� ��
P2�e � nf ,1
Q�fer�r� �re r�r�uired la i�en�iiy ALL sub�nniractorsJ�s,�p3P�r�, re�lard�ess o# sta#�rs� I,e,. fa'Jknpriiy an4 non-Afi�]�s, #a1�E iirr�� �rr� k� he
I�s��d first. usa ad�ik3onal sher�ls if r�ecess��y �Fease nok� ilial oniy c:e;ililad �u18Es wiil �� counted fo mee� an � gn��.
e�
$UBGON�I�A�TQi�tSU��I.l�R °
C�mp�ny Nama T M Y�r � �etalR ��taq
Addrasa i � � S��beon#rac#�ng Se+ppl�es
Te�e�hone�Fax e � E h7 1Afar#� ��rc#�ased �}oTlar A�r�o�un!
�mail � �
�81�#dGt �ef5on E
��
��
��
��
��
��
ReY. 5f1���9
�c���� Wc�xr�
�!
AkTTACFIA�t�NT iJ0.
��gc d ttf d
70��1 QolJar Arr�our�t o� MBE Su�c�r�tract�rsfSu�p€Rees �
Tat�l D�II�r Amo�r�t �f Non�fiAB� ��bconlra�icxrs���p{��Rer� $
�'0��4� D�LLAI� AN�OUN7 �F AL� SlJB��NTI��TORSfSUPPLI�R� �
7he pifer�r wlll not r��ke addilians. �oletioe�s. o� substi[ut��ar�s to lk�is ��rkif�ed I�s# wifhnut i�� prtnr ���rr�v�1 �� Eh�e
QfFRc:� �f Busines� i�iversily lh�a€�gh Che su�rr}si�af �f a Req�rest for Ap�r�val of �F�arrg�fAdditforr
f�OX+#?, An� �Er��rJStlC[�d {�I��r1�� O� �BI�tlOf1 Sh�1G bG ��T7St�fl�l �f��C#1 Of GDntr�Cl ��d r��� re��rlt In d�����n���t ir�
�cc�rd wlth �h� �roc�rc#�res ou��ined in tC�e ordl�ar�re, �he �fferv� sh�lk subr�3! � d�taileti expi�nakl�r� of
�r�vu Eh� re��a��ted cF�ange�addi�i,�n or dele#lan vailG a��e� t�� c�rr�mltt�d �l+�B� �o�E, If Ih� c�otall ex}�larratr�n is
not s�trmitf�, it will affect tt�e �r�al campliance d�t��min�tior�.
�y �ffixir�� � sEgr�atu�� k� lhis ��rrn, th� Dii�rror furi�c�r agrees �o p�vEcie, dErec#G�+ #� the �i#y upon r��ues#,
c�m�[�te �nd ac�ur�t� �r�f�rr�ral�an regarclin� aci�al wofk p��forrrted �y aIl at�b�ontf��#ors. Inr,luc�ang N9��{s} �r�d
�ny sp����l ar�ar�gorri�rnts w�th lU9B�s. The �fferor alsa agrees 1a aMlow an a��iE ar�r��or exarrrir�ak�on of any
b�o�ks, r�cor�s and fii�s F��Id bJr �h�ir co�np�ny. �h� Off�ear �gr�es t� t�ll�vu i#�e lra�rsmJssi�n of inierviews wikh
owners, prin�i�ats, offic�rs. emAf�y�as and �pplic�hl� sul>�qr�tr��t�r�{����IG�rrs �arlfclpstin� €rn ti�e c�e�t��c� t�rat
w�ll substantaa#e t�e actual work ��rform�c� by th� �1��{s} o� ihis con#ra�i, E�}� �n a�tl�oriz�d of�Ecer ar e�n�����e
of the �ity, An� intentional ar�dlor kr�owRng mi�r��r�ser�#��tnn �f f�c#s vu�ll k�e grour��s �or temtan�ti�c� the coertr�ct
or d�baffner�� from Ci�y wark for � p�riod �i r��l ��ss than tl�ro� {�) �rea�s a�d �ar initiatin� a�t�n unde� F�ders�,
�tate �r Local f�+nrs cor�cern�ng ��rse s�tements. Any fall�rc lo �or�ply witC� lhis ar�inance cr�a#es a m�teff�!
krr�acF� �i tl�o cor�lrac! ar�cl may resuli le� a�exerminati�r� �� an irr�spansEble �ffeF�r �nd d���rr��rtk frorra
�arlacrpa�ing In �tt� w�rk for a pe�ia�1 vf ttr�� r�o� fe�s t��n ar�e {�i ��ear.
Awlharkzeb Sip�4tur� Prknta� SiQflalarr
TikG�
Com�any Nams
Address
�nn#ncl Hafna�fFi�� (Ef �iF[urafiFj
T�lepha�� a��dtat Fax
��mail Atldrass
��eyl��ta�Zip �a#e
Office fff RLia+nea5 i3l,rersliy
�mail mWb�r�i��c��lorlwoilhf#xas_g�v
�hs�n�; i$17) 39�-�Fi7�
#�ay. 5fi§�1�
�"Cl I� T '�V� 1�'�'�-{
�i�)1 Of ��f� �0��'1
N1ir�ori#� �usirte�� Er��erpr��e �pe�i#'���#f���
�rrrr�� ���#ra�t�r �aiver Form
ATT��Hfi,1�NT 1 B
F�age 7 of �
�
PROJECT F1AiJ!€;
�� � � � � � ��� �" � � ��il��"� �� �J
h1�� PKojnfil Csaal;
� � J8
Of[eror's M6E Praject Cumrnitrncnl:
°ld
r:i��r�;[.}�;r I I r�� �hl-r.��wrI�RE
Bld �ATE
Novemb�r 7#}. a�2�
������
PF�Q,l�CT N11�u1B�R
If b�t� answ�rs ko this f�rm are Y�S. �4 r��t campleke ATTA��-INI��1T t� {��o� Fai�h ��forF Farrrt�, All q�estio�� an
Ih�s r�rrn rr-tust ba can��lpt�ci arrd a c�eR����d axp��rna���r� provldad. I� ��pli�a�l�, af ki�� �rw�k�er kc� eiik�er t��esl+on Is
ND, i�en yau �is� Compla#� ATT1���I�r1��T 1�_ T+�is f�rrr'r �5 onJy ��p3r���f� ai .I�.� �r�5we�5 aFe ye5_
�ailure to corn�lete th�s form in its entira}y an� be r�eceiverJ �y tl�e �urcM�s��g �?iv.is�on no later tt�an_�;QU
�,m„ vn t�e sacand Cikv business dav a�ter bRd o,�a,eninq, exclusive of khe ba� o�ening d�te, wi#I result ir�
the t�id being co�sidere�f noi�-Fesponsiv� to hid speciFtcat#ons.
V�III yp�r perf�r� #hi� ��t.tire ��n#rac� witF�nut sukx��r�#��ctors�
I� yes, paeaG� �rav�d� a ct�tall�d expl:�n��inn ti�a1 pfo��s ��ssd r�r� kJ�e s€�e ar�c� scr��re {�i il�Fa
�rQJr�cl. #his I� y�tar noem�l b��51+�c5s pC�ckl�e ar�d pfqVid� an operaNgn7� prail�� aF y��r busit��ss_
lNi�l yau �er#arm tE�l� �ntfr-�e contr�ct wlthvelt s���11�rs7
�fi y��. �I��se pr�vld�r a de��ll�d �xpEa��tian I#��I �rt�vt�s b��ad on the sl�e �ntE sc�pe of thJs
�roje�t, th�s �s your norm�l buslne�s pra���Gce �n�! pravid� an Inv���ory prafile ar ya�,r bu���ess
Y�S
NO
11�5
NO
'�Itie �fferar (uflher agree� lo prnv�d�, C�ire�#ly to ll�e Cily l�p�n r��ue51, compleke arfd accufat� inform�lion
rogardln� ac�t�a1 wark p�rFarmed �y ��I sub�ar��racto�s_ �rrcl�Gdin� ���(s) ar� t�71s co�Rracf. �ha pa�+rr��nt tl7c�ra�€ ar�d
any pro�xosed ch�nges to t�e ofrgir�a� �1��(s) afean�errre�ts s��i��i��ed wit3� this bid, 7he QtFE�OT 8I30 c"}�t��$ �O
BC�OL+1 8�� �3u{tl� �1j��01' �K�[111f1ii�lO�"I Q� r��l]+ �}p(k�{$, rec�rds sr�d frl�s i��:ld t�y �#�elr �o��rp�ny I�r�[ v�+ill sut����nlia�� !h�
acl�a! wor�C perf��rnod �y thc M�Es o� thls c��Efa�t, by an autho�lac�d of#Iccr ar �fnpi��c�o of kho �ity, Any
+ntentiafial at�d�a� kno�n+ing rr�lsf�pres�ntatiari oF #$Cts wlll he g�Ata�rdS f�r I�rrninat�ng lh� ��n�rack or �e�arment
lrqm ��t}+ work iqr � per�� �( tsok I�s:3 �h�� lhr�e (3) y��rs �rtt! for ini#��Elitg �Cioon und�r F�dF�rsk, �fal� n� �q�dl
l�x+Vs �o»ternlrs� ��ISE� st�terr�enls, Any f�lll�r� to com�ly uVith E�is ot�k��nC� cre�te� a�ateria! �e��ch oF cvn�ract
ane rr�ay resu�N �r� s�et�fma,��tio� of �rr Ir�esp�nsi�l� Uf��ror ar+d bSrr�d f��m parlJci�a#ing In �Fty wt�r�e fnf �
pefiatl o#�tirr�e r�c�t l�ss lh��n ��1a ("I� ye�r,
Au�hari�ad 5;�nawra
i Ill�
Cptn�x�+ny �Esm4
Address
�nW�Sta:erZ�p
PrJn[od Signailifa
�4nEact Narne �U ��fr�xrenl}
pMiorir� t�umbar F�x hlumbef
em$u a�er4ss
�aRa
C7ff+Ee aT Bu�iness ��wersity Rsv. 5I16M9
Ema�l ��Vrh�offlc�f�lfurivmrli�lexa�,gou
I�h�sn�: [�17� 3��-?F374
A�'7A�iilUI�NT 1C
P�g� � of �
r�o� �r �vo� r �-i
�;
�it� of Fvrt V'Vofth
11��nority Business �n��r�rise
MBE �ood Faith E�fort �or�rt
��'�� ��� ���r � - �OC���'��� �
�� �
4�
Ch¢a� ap#licn#�la �ox #o de$�rllsr
0�''ierqr'x C�riEfica#i�n
hr�+vJ+1�ilL � I•is71�1 l�lrwv?I;UL
��D U14��
�Vc�v�xmbqr 19, ��2�
�����J�
li t�e Offeenr did e�ot mQet ar oxc�ed tfoe N1B� s�h�on#racling �oal for thGs pr�Je�l� the Of[eror rnu�# �ompEeke t#�i�€
fofm.
If the �fferor'� r�e##��d of �vix�pl:an�� w�ta3 ���e MB� ��al is �2���d u�aon c��m�nstratior� of a
"���d faitF� eff�r#'", the �ffernr vwill h�+�� the k�ur�ie�r o� ��tr�ctiy a�d ac�u�a#�I� �re�aring $nd
su�mitt�ng #h� ��e�ern�n��ti�n required �y t#�� �ity. ��rn�li�nce w3t� each �tem. � t#�r� 'I'I �elnw,
sh�rl satis�y the ��oc# �alth ��#�rt r��uirerr��er�t at��ent �roo# �f fraud, intentior�al andfor k�eowing
mi�r�presentativn �'F �i�e facts �r ihtenti�n�� d�scrJrni�ati�n �y t�t� Of#��nr.
�a}lur� !o comp�ete this farrn. �n its er�tifety wak�h sup�ort�n� document2#i�n� and r�ce�►�$tl by �h�
�ur�l�$sing �f+r�slon no I�t�r tF�an �:Op p.�n, an t#�� s�c�nd Clty busin�ss day a�ter bid opening, exclus�v�
of b�d o�2r�ing c3ake. wifl �esult �n k#�e b�ci be�rtg �onsid�red r�on-respofl�iv� t� bid s���ffic��for�s.
1.� P��Ss� list ea�h �nd �very Sub���#r�Ctir�� �r�ti�Or su{��xl�er qp�aartr�rsity for the Cn�n�let�nr� �f tl�is
project. re��f�less af wl3e#her t� is #a �Oe p��v��l�ri b}� a NEB� o� nun-1���. {D� h�OT [.I�T idA�u1�S ��
�'_. ��fUiS] On 2��1 �OroJec#s, tF�e Off��'o�' m�s� �ist each �r��cantracting an� ur s�p�li�r o�par#un�ky
r����dless �f ti�r.
fiOY. S�7G�14
A�`�'A�HhA�N7 ��
E�age � af 4
2.j Obtain a curren# (not rr�or� t�an two (�� months old fror€� the bid open �ate} J�st of M�E su�corrtraetors
andfor su�pli�rs from tF�e City's Of��ce of ��xsiness �ivers�ty.
� 'fes �at� �f �i$tfr�� . --
❑ Nu
3.� Did ���a �vlicit bi�s fro�n MBE firms, wikhir� the subco�trae�in� a�df�r s�a�pl�er areas �revra�sly list�d,
8t le�s! t�n c�lendar days priar ko bid o�enir�� �o-y ma#I. �XCILLBiV@ O� �Fk$ �S]j t�� �I�S 8I@ O�B�1��
aVBS i�f ye s, d#Rnkeh fIN�� rn�fl IieH ng io ino I�de �ame vf #}rm ar�d $d�ress nnd e d�lc� cOpy ofi 1e11cr muiled.j
❑ NO
�.� Did you solicit hi�s frarn M�� firmsT w�tF�in the sub�or�tracting an�lfor supplier areas �revio�siy listed,
�# le�st t�n calen��r d�y� pri�r to b�d apen€ng by �e�ephone, exclusive of t�e day #h� bids �re ope��a�7
���� (IF yes, �ikash �Ise 4a Inalu�e r�ama oi M6E flrrn. g� rsun can#s�1a�l, han�nr �ncf da�o an� time af contnek,�
LJ NO
S.� Dt� you aallci# �ai�s l�orr� A��� lir�ms� wi#}�in �he sul�c�n#ract��rg and��c s�sp�kier ar�a� p�aviously Il�ted,
� leas# ten ca�en�ar days prior to b3d openir�g by �acsimiEe �fax�, exaf�sive a# �F�e day #l�e b�cEs are
��ened7
� Yes
� ��
�N ye$, a#�a�h IiSt 4o inGGtidff nnrt�� af M�� firm, f�x num��r an¢ dat4 �nd fima af �ar�lpct- In addilinn, If th4 fax
�s re�Urne� as ��nQQEIwpfAba�, the� lhoF ��U�ICE�IM1I6Fakkl� �OnijrITfd!{4�" r�aeived f�71�s1 he print�d clireCtly fr#n1 i�lg
f3a51rnlle �oF pe4p�f d4CU�entaliDn. �dlk9lfe 10 5u�m11 Gon�frneti¢n dndfiof `�51fF�FMYerR�I6 COfI�aFffldSlOn��
Uocumantall�r� rnay rendef'�i�� C,�� �4n=respo�slwe.�
6_j Did �rou solici# bads fro�n MBE ftrm�, w�thin #�� se��eor�t��c#ing �n�1of s�ppli�€ are�s previo�sly I�ste�,
et le�s! f$n Calent��r day� pr�vf tv hld �p�r�ing b�+ em�il, @xciu5f�+� Df �lie �t�y tFt+? �Ids �r� ���np�?
❑ Yes
L� �#D
[I� yas, a#lach airtalf cunflrrnillan to Includa n�mn o� MB� firn�, dala nr�d Elmo_ In addl�lon, It b� prn�kl �6 fBt�FfIQd
�S Iif1�QI�YGFaISJO. tI1{if1 �Iib# "undaliw�ra�l� rnassa��• roso�p[ must b� prliwla� �Eeaclly ffom lh� �rnaEC sysbam i�r
preper dacumgrr�ntirrn, �afl�rs !a aubmkl confir�nrylJnn a�r�for "ur��4lvaishln maasngo" doce�m�nlalion may
rofida� Lha {�FE non-raspor�sGva,]
F�SOT�: The four metFsods i�enkEfied aiaav� ��e ��ce�ta�Ole for soliciting bi�s. �r�d e�cl� �electe� method
m��t bo �p��i�t# to the �r�Op4ica#�lo cu�ttra�t. T��e �fferor must d�cument th�# ei#fier �t least twa �ktempts
were ma�iv usirrg #wa af tF�� tour ��#i�oc�� �r ti��t pt least on� ��cc�ss#ul cont��k w�s made s,sin� ono �f
tF�e E�ur m�th�ds i� or�t�x to doo,�,�d re�pnnsi�+e to �he Gaoo� F�ith �t[�rt requkromer��_
NO�`�: i'h� Affernr rn�st �ont��t tha �nt}r� M�� �iat s���Gfic tv n�Gh �ub�ontrac�ing and ���pli�
oppnrfur���y tu ba �n �nmpli�nce wi#h q�usti�r�s 3 thru fi_
7.) �id you provld� prans and specsffcalfar�s ta poler�#ial M9�s7
❑ Y�s
❑ I�o
B.) Uid y�u pravi�de kl�e �n�arrr�a#lar� r�gardEng the locakinfi oP pjans and �peci�cations �n ordsr !o assi�4
!he f�IB�s7
� Yee
� iV v
13er+. 5�7811�
nrr�►����r�r ��
�a�o a �� a
9.� �Id yvu pre��re � q�otatio� f�r #h� MBEs to bi� an gao�sfservlces spec#fic ka their s�ill se#7
�'f BS {If y�s, aClnth �II t�pie� of qu�tallon6�1
❑ N4
9�.� 1N�s th� coro��ct Ir�#�rrr��tian on any o# tF�e Ils#ings r�at vafid7
(If yaa, a�Lia:#� lh� �r�for�ruetlon Ihai w�s nG4 w1EEd �n arder {ar Ihee dffla� a! Buslnos� �Il,rrtrs�ty la addr�ss
� Yp� iFue carraclians noad�d.}
� �}O
1'l.�Subrr3i# tlocurr�ent�tso� +f J41BE q�ates wer� rej�c#ed. Tl�e documentafiors submEtte� s#�ou�� be i� the
forrns af ar� �ffidavl#, �n�lude a detai#�d exp#a��ti��; e�f why tho M�� v+ras reJect�� �nd �rry s�xppor#In�
do�u�n��t�lfon lF�a Oi#eror wisfi25 to be cor�si�ered by �I�e �i#y. Irr k#�� event o# ��ona f3de �is�ut�
concern�ng quates� t#�� O�feror will provirJe for c��f�d�nttal �rr-cana�ra a�c:ess to a� tr�spection of ar�y
re�evant docurr�erstatfnn !�y City persox�n�l.
Plaase ir5e ��d�ffor��! s�i9�tsf !i#r[��SS,7 , arrd aff�Glo,
��m a�� Name 1`e#a hOne ���t�Ct P6rson ��o � of �1i�rk Re���r� 1�or Re eCt���r
A�DITI�F�AL Il�fORMA7IQ#�4:
Please prov��� addi#i�nal irsfarmatian yau feel wiil further expla�n your good a�d honest effort� te a#�tain
�u1�� �articf�a#ion on tl�is proje�t.
'r'he O�f�ror f�arther a�r�es #o pr�v�de, d�rec#I�r to #he �ity upon reque�t, c��p�et� �nd
a��urate �r�farr�nation re�a�rdln� act�aa�! uvork performed �n #hls cor�tr�ct, tF�� pa��ent
thereof a�d ���r p�opos�d �F�ange� to ti�e origin$I arr��gemen�� s�b�ni#ted v�rit3� #F�i� bid.
T��� C)i#'er�r �Iso agr�es #o al�ow �n �u�dit �ndlo�' ex�m�nat�on of �ny I�ooks, records �nd
fi�es held b� their com�ar�� that wi�l �ubs#ar�t�a�e ���� act�al �nr�rk pe�arm�d o� tl�Rs
contrac#, b� an a�,ti�ari,zed oifi��r or e�rnpla�ree +�f #h� �I#y.
�4nyr �nter�tEorral a��for k���wing �i�r�p�e�er�ta#�on of fa�t� uvill �e gra�rnds for
#�rml�a#ir�g titi� co�t�2��t or �l�b�rment from ��ty wotk for a per�otE of not �ess ���� three
�3) ��ar� �nd for ir�it�at�r�g actiar� u�d�� Federa�, ��a#e or Lo�a� #auvs con�e�nir�g fa4s�
�t�t�r�rer�#�. �4ny #allure to corr��ly �nrith #F�Is ordir�ance sha�l cr��#e � rnat�rial I�reach a�
con�r��t and m��r resu�# ir� ��e#erm�natior� of an �rr�s�a�si��e O�eror and debartner�t
fr�rr� ��r`kFclpatir�g Jn �Ity �ork fo� � p��'lod of tlme not less tt�an on� {1) pes�.
Rov. 5�16l14
ATT�I�HN4EI+ET 7�
F'age d of 4
�`�e �,rtcEefsFgned cer#ifi�� tF�at the In�ormatE�n pro�r��ec! and the MB�{s} Ifstetl wa�l►�vere
�onta�te� in good f$ith. ft �s Underst�od th�t any� �14BE(s� Eiste�! fn AttacF�ment 1� wiEl be
contacted a�nd the r�a�or�s for not �sing thern wi�l �e �rerified lo�r the �ity"s �ff�e
of @usines� Di��rslk�.
l4utlsartaed Stgarature
TitFe
C�+i'Mp�ny Nam�
Acsdress
CitylSta#e�Zip
�rEnted Signature
�o�t�ct Nal�� an� 1 Itfe �if dlf[erent�
1��7one N�rr�ber
Fax Number
�r�$I� Addr���
pate
Qfhce of B�slrtess Divefa�ty
�mai�; mwbeoffEc��f�rtw�rt;�t�x��.gc�u
Phnne; (817) 39�-2�7�
Rev� B��5d4�
.�nln! Ve�iluro
�'�.gg 1 C,f 3
�''�I�T ���'�'��j
�'i�l'�` [}I+ 1+(}R'I' W(1!�'�"I�
1r��3.E �oin�# Yen�airc �I��bili� �o�•r�y
fifr q���s��farrs ���u��l br �r��sFv��zrf�` ��sc "�4��d " i�rvr,� ��pp�icu�fe:
Nai»�e oF Cit,r p�ks,�cct: ��'�9 C�P Y��er 3-�or�lra�:k 5
1.�, uit ve��turr Fan�s m�wc ho ec3u��rflc[c� av ca£hyro��c
i�F�lHid!�ro1ect�lu�i�ier: �a1��a
l. ,!�#nf. v��1��re infnrm�t3itF�t:
l�x��tl Veratua'e �I��ne:
J�int ��nt�re Address:
fff ry+piir-r�l+fa�
'1-�srpl�un�; �acsioni�c: E-m.�i]
Cc]3ulaa�_
ide3yt�fy tl�e iir�y�s tha# coitip�ise t�te j�inf ven�tir�:
P1���rr 7t1�,r�, �.r�ra s�ieals i� �cld�l�rar s�e ��,eqe,�rad to prr,vldy �2�airecJ expl�r�y:�tues r,f wurk to �rH �re�'rumad Zy e2`ki �irn� t�rripriFir]g t�f2
�r�f t+4rr�ur�
n��r ����, nn�,-n�t�r•, nr�
#kti#Ile: #Yb�lPi
]3�as3utas Ad�rrC�s; �#�I eillt'�5 .Addr����
['i�r� Sq4�i� _ II31� {= iij�. Si�i le, � ij}'
Tefiysfl, nt' L•-u�ntG Tisl�:fslsuist L-"-usa�C
�'el3ular l=mcsiuulr. L'elfulor I-�sin�il�
Crr#�firntion Sfohis:
I��rue of €'crliF}�ing Ag�nCY:
�. S�rrr�� o#' wnrlc ue�`lr,rrnetl I�v �ire .Inij�t Vey�[ure:
�.��carril�e the sco e of �vork af 41se*MHE: De�rribo tl� s�o c�P wo�rk aF #he non-!4'lBI�:
f3ou 5I1 r�l{�
,�tllnl Valitu�b
P�ge "� pL :�
3. Vk'l�uf is tlie perc�nf�ige e�f LYIBL �artecip�fi�n an �3�i� jaa�st venE�r� ��at }��e wiyl� in Fre �rsun��d ln►v��'d
�e►e�li�ti� II�� �r�rJe�� �tsat�'r
�. r�ttar� u�apy �! th� �o1nc v�ntM�r� n�;r�e���t.
G. ��fiit�7fY �}}' DR11S�, rac�c, sex an� �rm thasc in����idual& (��� �otles) wha src r� �p�n�i�lc far thc dAy-to--d�}
mann�e[�ent nnd d��i�ivn rnakfn� iMf llie �r�in[ ��enture:
i� in�ncir�� d+�isi�7ns
(!s� Ir4l,kls• +�r,C���G��F I'+iYidr�o ao�d flei�'la�l,]u]
��iFli$�'f�l'4ei}� C�PrC131G]k4�
,�, �35i1rfY�w11t1�
b. i4+lafkae�i3g t�n� S�I�
c �lin�g �n� F�nng af n�anagcmet�t [
�tes:�i�nc�
d. ��r�l:��i��� at' �tsn�oo� cyuipmcn�
ync3r'or w€�p�lies
Supervi4iu� sxf fct� t��cralicrns
i`h� Cl�y'� C��fice of �t�sir�ess ��v�rsi#y wlll re+riew �roux �oie�� ventur� s�bmissf�r� �r�d w�ll hav� fin�l
a�prv�r�E o� the h.+J�� perc�n#a�� ���lia� towa�d kl�c� gaal f�e �ha pr.aj��t �is#�d on this form,
1�1�IT,:
Fr�rrn �nd aFt�r #h� d�t�r �i prpje�R $w��tl, 4f �r�y o� �h� parRlci�a�Rs, �he �nciivl�r�a���r detir�ed sco�es at work c��
tht� d�llar amau�ls�parcenta�gs chan+�� ��om the orl�Ir�aHy approv�� fnfar�r�aE�Qn, lhen the partEclpanls musC
in(o€m the ��ly's Office af ��asiness 4�iversiky IR1Rl��l3l��}+ f6T approval, A�� u�tuslifed change �r
ctc��et��n sati$�! be � m�Eerk�l Gre.�ch �[ �ot�lr��� ar7c# may re5ul� �r� tl�b�rment in $��orc� +r�i#h li�� �r�cedur�s
or,t�tr���d In t�e C�ty's BDE 4rdir�ar�cer.
�1eY_ 5�15l19
+. Lisi �o�npanen�s oi ownershE� at �nint vc��kui•e: ��t� �.�,� tu���f,ft>r�� iJ �!�!s rrr�orvrrrr�kru �s ufrse�7frrrf iri�c+ir�� F�c�rr��a,��� rr,�rc�rrrrcn��l
,�e�int V�nture
Paae 3 ai 3
�rrt�f'�VIT
Tfre urr�lcrsig��c� aCfirr�rs �Er�s kf�� Rrrc�oin� �tn�crnen�; �n-� �ruc �n€f c�rrecl �r�d in��urie a�1 r��ateria� �nf��atiar�
itecesssry ku id�.t��ity an�i e;�cpl:�in th� «rn�r: a;nd {,�r�fulior� �f the iair�l vee�ture. ��r��errr�oF�. th� undersig�e�i s�all
r���ee to provjde to the �ui�<< ve�s�urt �li{ s�a��d �c,�e t�!' vwt�rk, c3eci�irrn-r��C�ir�� res�re�sabili�ies �inc� p:iyme,n#s
fi�;Foin,
`1'lle C'Fty rtlso rese��'�S t13� �'i�li[ C{3 i'CC]LI�SC �fY�' BL�i�]!]cl[].II �riF[fn?i�iti[1n ����riC� nc�rw�df4' I[o ���r��11lTT1C 1 t�}4� JRI[l�
���ku� fs e�igil�l�, �ailEi3�e rc� c�o�se�are �nd!€�rprovid� E�e��tes[ed ini'nrtr3o�ion ��:i��y�ra tEfe �ir��c spr�:ifi�� ir� ���o�T�r�s
1'crrtern,i»��Iir3n s��f#�eeli�i�rlity}�i•ncess.
I'1�� �r�c#c��si��d �grec 4a �aerrr�Et au4fals, IRCCI'V1�W3 WSCFl �W11�Y."', �il� �xai��itia�iun uf tiye b4�oics, record9 a�td t1�s
�I' �frc jsri�5i bC[1iU�'C h�� r��y �uEhc,ri•r_.ecl r�#resenfa[ives ot` ihe Citv af Torl �'Uori�y, Pailure #� c���iiply wi��j �l�is
pr�v�sst��� s}�all r�*ul� in �k�� icere�i���{ii�m srf ar�y u�e�f�cl. which m�y i�e �kvflr�e� u��der #he �rrrrvisiu��s ot' this �ofi�[
v��3t��i��'s e[i�;il�Ilit}� �tld ta��V inGti�i� r�c�i{,n ��ttcicr �'erle�'.'�l. SE.'�te �ndlo�' L�acal t�i�4�slc�r��nances cor�c�rnir��, l���se
S�dC�131�1]C3 O!' 4Yl«�7Jj 11115�' ��ctcntati�a�� �r�' f;a�«,
---- .......... .............��-- ----�._ �?..._,.,..---......,_..._.. _,,,, -�-------- ------------- ----------------------------
�uut�.�rk h7F1E lirm ���+.-.-.- �"'ti�us�c,�ftH}[k•�Fk� �F17h
fh�iui<d hluqla' +�i' f1w le�-l�
tii�mulurc �il �ls�ri��r
f�i'ivf�::f ���lrlk I�I i itV114'f
��11YI51LIIIFti �1� f1N'h_'j
�a{�tl
�Gii�C C}�
{]ri [F�i;c
day o�'
��rs�uei! �`J�7[u• u F{ 1 w2�e7
�i��snLus� �1� U4v hcr
['nntod [vaiane ni [}tx�iter
5��mottiTe ,�1 f }yuncr
-r;, i�
rs�sc
� [1 �il i'1Z� � 14�1
�L1Lk1]!}� df _
. �0 . be�ore ure ap�e$re€f
:�r�d
�a r��e pe�rsai�a��y �cnown a�d �uho, hcii�g dul�r swa�rr�, cl�� cxe�:�t� ���e. fi�rc�ui�� �+X1d��+i� ,�itd d.i�k st�te li�rt� I�sev we��
p��o1}�r�y uukhcsn �ed tc� execute kltiis 6�fid�v�[ a�i�d did so as �lreir fe�ee ac� �tt�] deeil_
i�o��r}� P�lxlic
k�rink Nemc
Nc��ary P4Ghi�c
5ignqEu3r
�O111f�}]SSJC}fl ��.gICC5
O�'fic� {�#' F�usi��e;�s 1?i��ersiRy
Cr�tn�l; rrr��l�eni�ce��I�rTwiFrfh�exns,���v
PftaGie: (817) �9Z-�67a3
fseuU
Ft��r_ 51]5I19
����0�7 �V��e ]l���es
TI�[IS ��G]E JL]�1�� II�T��I�T�['��liTALi,� ��,ANK
CITY OF FORT WORi'H 2O18 C1P Year 3— Contract 5
STANDAR� CON5TRULTION SPECIFICATION DOCUMENTS City Project No.: 101452
Revised Juiy 1, 2011
2013 PREVAILING lNAGE RA i ES
(Heavy and Highway Construction Projects)
ClASS1FiCAYIOM D�SCRIPTIOilf
Asphalt Distributor Operator
AsphalY Paving Machine Operator
Asphaft Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, LaYtice Boom Over 80 Tons
CrawlerTractor Operator
Electrician
Excavator Operator, 50,a00 pounds ar less
Excavator Operator, Over 50,Q00 pounds
Flagger
Form Builcler/Setter, 5tructures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mour�ted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Batkhae Operator
Mechanic
Milling Machine O�erator
lVlator Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Fiauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing SYeel Worker
Raller Operator, Asphalt
Roller Operator, Other
Scraper Operator
5ervicer
5mall Slipforrr� Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Fioat
Truck Driver TransiY-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Wefder
Work Zone Barricade Servicer
lNage Ra�e
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
15.05
14.48
18.12
17.27
20.52
14.Q7
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.D7
13.69
14.72
10.72
12.32
15.15
17.68
14.32
17.19
16.02
12.25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.54
11.68
The [lavis-Bacon Att prevailing wage rates sf�own for Heavy and Highway construction projects were determined by
the United 5tates Department of E.abor and current as of 5eptember 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of 7exas' Standard Jo6 Classifcations and Descriptions {or �iighway,
Heavy, Utilities, and Industrial Constr�ction in'Fexas.
Page 1 of 1
�]��-�� �� 00 ����u��t �ecgu��-e�����
7['�]][�S ��G� LEFT ITlT'T�TlT�'X��iTALL� BLAT�TI�
CI1'Y OF FORT WORTH 2O18 CIP Year 3— Cnntract 5
STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS City ProjecE No.: 101452
RevisedJuly 1, 2011
1
f
� �
N
�
�
. �
M
�
. �
�
�
� �
� o
I� �
� � �
� � �
� � � �
����
����
� � � �
�I � �
� � �./ �
�"z�
����
� � V1
1
�
�
� �
�
!�[
�
�
�
�
�
^
m R
� ,�s _m � .� Q a
Q O = fl - O
� � � N fJ � M
N �"�
e � 3
dQ O 6 O O d o[]
Z � � � � � 2
Q 0 Q 0 0 � 0
� � � � � � �
aaaaaa¢
�������
m a �o
o �
a *'�
�
� n � � � � o
�� n � � N N
� �
�
�
�
a
jvvvv��
v o o � o'y'N
n k w w w ��
�������
�zzzz�&
�
U
�
> i ip i
J V V V U
' � � a m
� � d�
a' � � � � � �
o
:Uwwr�wr+.�
� m w m u m u
) O O O O O O
�������
, � � W ti � �
� 6 6 6 6 6 0
i M M� M m M
� � rn
i N N N N N N
i � N M N � �
� O� O� O� O� `f �
W
s
a�
a
u
.,
�
i
D
�
R
�
C
.�
W
W
�
e
a
a
�,
�
e
.�
.�
�
�
a
0
m
�
ti
O
�
W
�
�
�'
F
d
n
W
_
S
d
C
�C
a
a
d
M
�
�
�
C
'e
b
r
"e
w
w
a d
' w
_ �
a $
� �
�
e d
�
m p
g �
� �
� 6
e
m 'a
�
u
E �
6 a
a
u �
v �
�
e a
'a� o
O � O�
� O �
q
ri
Y
�
�
�
v
�
m
�
�
�
Y
�
C
�
7
N
�
0
..
u
V
�
v
0
n`.
'6
a
c
�
c
'on
Q
O
•
��� � � '
� �� �
�
�� 1 Il �� ���� ��� 1 �
�'i' ���� ����� 1� l�'l��ie 1�
�9 Y �lr �� ���� 'l1 � Y JL��� J�
Updated: Sep�ember 06, �019
The Fart Worth Water Department's Standard Products List has been developed to
minimize th� submittal r��iew of products which meet the Fo�t Worth Water
Department's Standard Specifications during utility construction projects. When
Technical Specifications for specific products, are included as part of the
Construction Contract Documents, the requirements of the Technical Specification
will override the For� Worth Water Department's Standard 5pecifications and the
Fart Woz-th Water Department's Standard Products List and approval of the
specific produc�� will be based on the requirements of the Technical Specif cati�n
whether or not the specif c product meets the Fort Worth Water Deparfinent'�
Standard Specifications vr is on the Fart Worth Water Department's Standard
Products List.
'�'ab�� o� Conte�t
(Click an items to go directly ta the page}
I#ems Page
A. Water & Sewer
1. Manholes & Bases/Components ........................................................... l
2. Manholes & Bases/Fiberglass ............................................................... 2
3. Manhaies & Bases/Frames & Covers/Rectangular ............................... 3
4. Manholes & Bases/Frarnes & Covers/RaUnd ....................................... 4
5. Manholes & Bases/Frames & Covers/Water Tighi & Pressure Tight .. 5
6. Manholes & Bases/Precast Concrete .................................................... 6
7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7
8. Manholes & Bases/Rehab Sysierns/NonCementitious ......................... S
9. Manhole Insert {Field Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
11. Pipes/Ductile Iron ................................................................................. 11
12. Utility Line Marker ............................................................................... 12
B. Sewer
13. Coatings/Epoxy ..................................................................................... 13
14. Coatings/Palyurethane .......................................................................... 14
15. Combination Air Valves .................................... ............................... 15
16. Pipes/Concrete ...................................................................................... 16
17. Pipe Enlargement Sys�em {Meihod) ..................................................... 17
18. Pipe�/Fiberglass Reinforced Pipe ......................................................... 1 S
19. Pipes/HDPE .......................................................................................... 19
20. PipesIPVC (Pressure Sewer) ................................................................. 20
21. PipesIPVC* ........................................................................................... 21
22. Pipes/Rehab/CIPP ................................................................................. 22
23. Pipes/Rehab/Fold & �'orm .................................................................... 23
24. Pipes/4pen Profile Large Diame#er
C. Water
24
25. Appurtenances ....................................................................................... 25
26. Bolts, Nuts, and Gaskets ....................................................................... 26
27. Cambination Air Release Vaive
27
28. Dry Barrel Fire Hydrants ...................................................................... 28
29. Meters ................................................................................................... 29
3a. PipesIPVC (Pressure Water} ................................................................. 30
31. PipeslValves & Fittings/Ductile Iron Fittings ....................................... 31
32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pipes/Valves & FittingslRubber Seated Butterfly Val�e ...................... 33
3�4. Palyethylene Encasement ..................................................................... 34
35. Sampling Stations ................................................................................. 35
�
�
�
0
�
b
O
a
O
3
d
�
a
'O
O.
�
�
�z�
���
� �
���
wQ�
�����
���
���
� �
�
�
�
�
�
� -
F
�
�
�
�
a
a
�
�
�
�
b
�i
�
�
0
�
�
a
a
A
"�
�
R
"C
a
�
�
�
�i W �
� � �
� W �
� � �
� @ �
U � �
�
�
�
�+
�
�
�'
�
�
�
m
�
.--i
0
�
�o
0
a
0
�
a
�
�
�
a
�
�
�
�z�
���
���
�Gzlt�
� � �
H �,�
� � �
�
�
.�
a
�.
�
�
�
�
a
�
L
O
�
.C:
N
L
a
m
�
�
s
V
�
IJ'f
�
fU
.�
Y
� n
� 'a
L
� 3
� �
y
� . Fy
0
c.
aa+
��¢ �
9�.1 ¢
p��. � i
D�1 2
s+
C
Q7
�
�
0
�
.�
�
�
a
�
0
�
L
a
�
«
�
�
P
a
v
m
m
m
b
�i
a
�
�
�
Q
a
�
� N
� �
P
a. P
b~ W
�
O
�
�
�
.�i
.�
�
V
F `�
V
� �
� � � N
V
� � � �
� L
��"A �
��� �
v
f� W p" a
�.
� W � Q
��z �
v
��� �
�r/y '
�
M� N
7
ti
a°
�
�
y
F.
N�+,
G
A
b
u
�
�
C
�a
�
� =
►rt a
G�.t p
� �q
� �
� �
N
� �
P
Y
�"� 3
� ¢
°y'
� z
°I°�°I�p I I�I�f° 41�1�
G P � P
� � � �
0o ao
� � � �
�� ��
�� ��
�� ��
�� �d
�� ��
�� ��
�Q ¢d
!� N � �
� � ��y,�
� � � �T a �
a a
�I �I �
�
�
�
0
�
4 a
W
6
�
��
a
�Q
��
0
�.
�
�
�
d
a
.a
�� Y
�� � �
� � v �
w �
�,��r
W � {�
o� y
� � �
�
� � �
� « y
� G L
4 �
v � � � �
.� Q � � �
� �� �
V
w m
� �
� �
a
� �
a °' a'
� �
� w � L i � � i � � j � ? � � �
D O � O O � O � O O U V U U U V
UUUUUt�UBUV � � � � � �
� � � � � � � � � � .°�
� � � � � � � � � � � . . . � a'
w w w w w w w w w w���� ��
� � � � � � � � W u
� � �� � � � � � � � A � �S � A
MIMI N>EO� OI OI OI M
M M M�CI M M M M
� I Y � alcl o�o
0
.M-i .�-e .-Mr M r
0 0 o a
M M M � ?
W � �
°; o .�. o �
a a � o �
c
GI
G
�
�
a
�
�
�
a
s
�
0
c
a
m
�
�
�
�
3
v
O
a`
�
n
L
�
N
�
0
�
�
�
w
0
�
�
�
a
�
�
d
«
�
�
�
�
�
�
� � h
� � �
� �
� � �
� � �
� � �� �
� � �
U �
�
p ��
1�
�
�
�
�q�
6�J
�'!
�
J
u
�
0
d`
�
`m
v
�
m
m
O
0
a
�
d
�
a
a
�
E�
�
� � �
� � �
� � �
� � �
� � �� �
� � �
� � �
�
�
�
�
�
�{
��,�d
D�
D�1
U
�
a
..
0
�
�
0
�,
0
�
d
�
�
�
�
a
Ey
�
�z�
���
� �
o���
w��
����
-��- � �
���
�
�
�
�
�
�
�
�
�
�
�
�
�
0
�
.�
�
�
d
.�
s
�
�
�
a
u
�
3
0
�
�
�
�
�
�
�
0
0
:
�
�
0
�
�
�
a
�
a
�
..
�
�
�.
�
�
�
P��[�
O�C�
� � A
Ey �
� � a
� � �
H@z
���
�a �
�
�
�
�
�
�
�.
�
�
�
�
�
�
�
�
Q
�,
0
�
�
�
�
a
�
E
�
�` W [�
� � A
F
�
� � �
� � �O
H � �
U � �
�
�
�
�a�4/
k�
�
�
�
�
�
N
7
O
�
�
�
m
'nu
O
�i
�,
�
Q
�
a
0
a
0
�
d
w
�
�
�
�
�
�
� � E�
� � �
� � �
� � �
� � �
� �
� � �
E�
�
�
�
�
�
�
[y
�
�
�
�
�
a
�
�
Q
a
Q
�
�
�
a
a
�
�
�
� � �
� � �
� H �
� � �r
� � �
� � �
�
� � �
� �
�
a
�
0
�
�.
�°
�i
.�
e�
�
a
m
�
a
�
�
L
�
W
�
�
.�i
N
L
W
Nr
G
N
':7
Z
V
�
N
r-�
G
�
.si
Y
p,�Ly n
� �
� �
N
� �
N
� b
N
k� 3
� a
� z°
c
m
�
0
V
O
N
�
b
m
t
�
z
�
ai
�
0
�
x
v
N
7
P
a
U
'�O
�
c
.�
0
�
�
6
�
b
O
�
O
'�
N
R
�
d
�
F
�
GZ z F
� � �
� a �
�WQPy
�
� � �
� � �
U �
�
�
�
�
�
�
E�
�
�j
m
N
a
N
0
�
e
0
a
0
�
d
ee
�
�
�
�
� � �
� � �
� � �
� ^ �
� D�I �
� � �
��z
���
v �,
�
�
�
�
�
�
�
�
�
J
3
D
n
`m
v
c
h
m
m
O
0
�
a
�
�
�
�
Q
�
Q
�
d
w
�
d
�
Ey
�
f�•; z F
� � �
� � �
� W r3,
� W �
Fy � ,'�
���'
� �
�
�
�
�
�
�
�
�
a
�
0
s
�
�
u
�
�
�
�
0
N
b
O
O�
O
'Q
�
�
�
Q
�
�
c/Z
�+ � F-y
� � �
� � �
� A �t
� � �
� � �
� � �
�
e
�
�
�
�
�p�
!�
�
N
s
�
�
�
0
v
0
a
.s
m
�
m
�
0
6
�
C7
x
n
�
�
3
D
v
�
�
�
b
�i
a
�
0
N
V
O
a
G
'�
d
a..
LC
�
�
�
�T^
V�
� � �
� � �
� � �
� � �
� � ��
� � �
� � �
�
�
�
�
�
�
�
�
V�
n
r,
a
�
0
L�
�o
�
a
0
^a
�
..
�
�
a
�
�
�
�4 W C�
� � �
�
O
� � �
� � �
�
�
� � �� � Fy
�
�
�
�
�
�
H
�
�
N
ij
J
O
�
t6
m
h
N
m
0
�
a
.,
0
�
�
0
a
0
�
d
�.
�
�
a
�
�
�
� � �
� � �
� � �
� � �
�
� � �
��z
�'��
�
�
�
�
�
�
�
�
�
�
�
�
�
N
b
4
a
0
�
�
�
v
R
�
�
�
� � �
� � �
� �
� � �
� � �I
� � �� �
� � �
� � �
�
0
�
�
�
�
�
�
�
�
J
Y]
�
0
�
16
�
C
h
@
�
�
0
£
�
d
ro
�
a
�
Ey
�
�1 � �
� � �
� � ksi
� �
� � �
I�I �
� �
�
� � r,a
� � �
�
�
�
�
�
�{
�
�
��
�
ro
�
�,
0
�
e
0
a
a
�
d
�
�
�
�.
;�
�
�
�z�
��v
���
� �
w��
�����
���
� �
�
�
�
�
�
�
��/
W
�
J
U
J
O
a
`m
a
c
�
m
m
O
0
s
�
�
0
�
�
0
a
0
�
d
w
a
�
�
E
�
� � E
� � �
� � �4
� W �,
� Q �
O �
W
� � �
� � �
�
�
��
�i
�
�
�i
I�rl
5
1
�
f
1
L
I`
�
�
�
�
�
O
N
V
O
a
O
�
d
W
�
�
�
C�
H�a
o�v
�'�o
�A�
� � �
� @ '-�'-�
� � �"E
�
�
.N
�
a
�
�
�
�
m
�
�
m
�
m
�
w
�.
m
m
�
R
b
�
u
q
�
N
C
<6
�
N
@
�.y F
� �P
c.
o�d a
P�4 �
� y
� ' O
aLi
� �
� �
� p
z
M
N
�
a
�
�
0
�
�
�
�
�
s
a+
O
C
�
�
�
k
V
in
�
0
a`
�
�
�
c
�
'�
0
�
d
�
�
�
�
�
E—�
�
� Z �
� � �
� �
� � �
�WQp.,
� � �O �
� � �
V`�✓�
�
a
�
H
�
�
�
�
T-�
m
�
°
�
�
v
�
u
w
N
O�
rl
4
�
�D
O
a
O
'�3
d
w
R
'O
a
�
�
� �
Q� W E-�
� � A
�
A
FF� � -��'
� � ��
� � �
� � �
r/�
�
�
�
�
�
�
�
�
Y
�
3
O
a
v
`m
v
c
ro
m
c
.�
O
0
�
d
«
�
�
�
�
�
�
� � �
O � V
� � A
F �
� � �
� � �
O
�
� � �
U H
�
�
�
�
�
�
�
�
�a
�
H
a
�
0
N
W
O
O�
O
'a
a
y+
�
3
�
�
�
C/�
� � �
� � �
� � �
� � �
� � ��
� � �
� � �
� �
�
m
�
O
L
�
.�
N
N
�
�
e
0
�
A
�
H
w
4
a
Y
a
�
�
�a
�
V
R:
�1 p
� �
� �
� �
h
� - F.
P
u
� �
� ¢
Y
� O
z
C
�
�
s
0
�
0
m
.a
�
N
S
O
�
a�+
N
�
O
.Y
U
�
O
�
�
�
m
�
D
�
�
0
N
V
O
�
O
�
d
�+
�
'd
a
�
�
�
� � �
O�C.�
� � �
� � �
� � �
� � �
� � �
�
�
���
�
F
�
�
�
N
L
�
_ ... F
�
f
.?
t
�
r��
N
b
O
�
O
'O
w
�
7
�
�
r�^
V�
� � �
� � �
� �
� � �A �
� � F�
�
�
� � �
� � �
Ge}`��
�
m
�
O
ti
L
YY�
.�
N
p
i-�
Y
�
�
.Q
�
�
�
�
�
�
H
i
V
L.'
1!'!
�
ti
N
�
Y
� �
� p
� P
� 3
� �
N
� �
O
�
� 3
� ¢
Pr . Y
F�� 'Z
�
d
Y
C
O
V
0
�
.�
�
�
�
�
N
�
�
.�
�
�
u
N
�
a
�
v
N
i9
�
0
�
ON
`
b
0
O�
O
'�
�
W
'C
C.
�
��y
I�-f
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
r��
Vl
�
�
�
�
�
�
�
�
�
�
���.1
LFid
1�
�
�
�ra��
!�
��
d
3
N
I�
O
u
N
3
d
Q
z
N N N N N Ni ry ^I ry �
d� V m a � 7 ,.b.� rt d rt
P
V
� m
�� w o 0 0 0�, �n o � �� o�
� rn rn rn s
Q G V U V U � N/�'``l .•�i t, �, v� ���.i c. c:
�������''� Q � � � � �
¢� � Q a�������a� x i X�
�
�
� �
A _ _ }
� -y 0.
� u � � � '� � '� .3` � y �
� d oG q a� � ��u � c� o
Fa A�l R� Q� y-
N � � �
� �
�
F
� �{N
.n .� � � d
�a � � � � � � � _.
� � U U � „ � � '�
V p g
� � � � � o o � U L.i , �,
� y w � V V �� r c
e. a en r { 7
����� .� � � �
j A; a: o 0
�p � � � �
� �
ti �
�
�
�
�
�
�
�
�
�
�
�
�� v d ��+ �, a a � �, � �
0. 0. R. Ps Cy W f+ .l. 0. 0. F{.
a�i � � � � � � � G � x �
���� � ~ °� p ��,�
a a a �, �
i�l U V V V iJ U U 4 SJ V 4
� a a�, a�. w P. a �a i a ��
�
� � N N fV N � Ni rl
1 .-� .- _ _
L M Nt Nl l�l Ni M •h �h
� M M M M M M
Y
�
�
� � � � � � � ; � p- y
� ry N N N N N � � ry Q
_ � � N N � � � � � �
p M M N V� �'+ �"� -
�
M
O�
�
O
N
�D
O
�
O
'�y
d
m
�
�
�
N
� � {�
� � �
� � �I
� � �
� � �
� � Q
� � �
C/�
�
`�
L�
�
�
�
�
!"�"9
J
3
0
�
m
v
c
�
m
�
O
0
«
U
r�
C
�
V
0
�+
O
'Q
d
�
�
Oi
�
�
�
� W F
�H�.,A
OWa
���
�����
� �
�
�
�
�
�
�
�
�
�
M
M
O�
n�l
QN
i
b
�
�
0
�
d
w
W
°�i
�
�
r��
Vl
� � �
� � �
� ^ �{� �
� W F�
� �
� �
�
� � �
� � �,C^
Vl
�
�
��/
F�1
�
�
�
I�
G
�
C
�
�
0
d
�
�
d
�
i+
°
�
�
�
Y
�
1
�
O
a`
v
m`
�
�
m
�
O
0
a
a
.,
4
�
�
0
a
0
�
d
..
�
b
a
�
�
�
� � Ey
� � �
���-,A�
� � �
� � �
�
�
� � ���E�
�
�
�
�
�
�
� '�
�
�
�
M
,
01
�1
O
N
�
T
O
'C
d
�
�
'C7
R�
�
�
h�a
o��
���
w��
���
�@�
� � �
�
�
�
�"�'�
I.i.E
�
�y�
6.i.1
9�1
u.
0
u
�
�
�
Y
d
z
�
�
�
d
�
�
0
�
�
�
�
�
�
�
�
0
Y
�
u
�
�
0
a.
v
b
�
�
m
m
O
0
#