HomeMy WebLinkAboutContract 55268���� �����
-;�-5� •��r-'�;��
' ' � �����-
�'�D�S'�'F�l�1� �1�3EV4'A�� IiV��PI�(��'�lY���l'�'�
N1IL.�.�� �1�EI+Ii?C
� ��UM
�A.h���'j f�Ll� F�WY. T'�J C�iYC'i�,�A1�V A�'��.
�_�t►� �re��ecl �ln. 1�iF�fi:if
F �
f#E��i���
�t� � tf1:'1
�.,��'f � Tl3rfT �� ^��'r'
��rer���,r-�:;r
��ts�� �'�ice
I�tavnr
�i��.�rc��� n����vu���
�o�
"�'�H.E ��1�lST�t�J�'�'���I (��'
C�ava4� �a.�s���
�i�y �ian�ger
l�'illi:�n �ohnsnn. �'_��.,
Dirx:c,lt�r, �'t.�nspo�tatiort ar�d i'ublic 1rv'n�ks De�rc�rt�ner��
ii4 TlLi��1 �+��i��111L��L }�4y4Y{
s4 �� F� 5;
.?�}"� :`� ' � �rh..'
�Vy� r-
I'repa re� fas
Th� cit}� oFrcrrl �crrlh
T'r�tti����r�atioty ��E��I I���l�li+� �f�r�� De�r�rtr��nt
1�.�i..+�i. �LI[19Ui�S��5. t.�.�'
SiiiMik �ffi�mpson -ferr�ce
{�il��L`��"I���. +I'� ��1�N.��
Tfii'l: ��e�istered �ir€� No. N-�il
+ MhARK N, r�
� �+i 6t J �
tr+� `+ w f� }� ,
�
�y ��; �
�.N.�l GC1•"#5k.IL AFfTS CL�
7ew� ar��rsr� r�e �s F��xM rm_ F-�n
T�E £F. hl. +�PpF.�2tlh+C- Cr`.+� 7kqS
C�f.'Cl'hKd+7 }+4'�S }U'FFJr�1��D �Y
�.ka� �. �s�{w+�_ �_� �z�:�
+]�� '_�'GR-;"J
�"� �� �����
PROJECT MAl�TUAL
FOR
THE C�l�TSTRUCTIOI�T OF
PEDESTRIA�I SIDEWALI� INiPROVEIi�IEI�TTS
NiILLER AVEI�TUE
FROM
IiZAI�TSFIELD HWY. TQ CHICKSAW AVE.
City Project No. 100637
Betsy Price
Mayor
David Cooke
City Manager
William Johnson, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
& Water Department
2020
.� . ,
A.N.A. Consulta�ts, LLC
5000 Thompson Terrace
Calleyville, TX 76034
TSPE Registered Fiwm No. F-�0
......... --�--__.. ....... __-
TBPE REGISTERE� F1FtNE NO, F-20
TME SEAL APPEARtNG ON 7HlS
DOCUMENT WAS RU7HqRIZED BY
MARK N, ASSAAD, p,E, �87619
oN os�o��2a2o
�� ,
. 3
. • ; � e
�L y
CITY OF FORT WORTH � .
i�
� � �' ', �
��t of �or't�lVor��►
�
Standard Construction Specification
Documents
Adopted September 2011
.�
4 ;
�.'
' � } "
i
��" .
d '
f
C[TY OF FORT WORTH
.
0o ao 00
STANDARD CONS'fR�JCTION SPECIF[CATION DOCUMENTS
Page 1 of 8
s�c�io� oo ao ao
TABLE OF CONTENTS
Division 00 - General CondiYions
Last Revised
00 OS 10 Ma or and Council Communicatian 07/01/2011
00 OS 15 Addenda 07/01/201 I
00 11 13 Invitation to Bidders 03/09/2020
00 23 l3 Inskructions to Bidders 03/09/2020
�9-3 � �5— � r�� - ^'r-y ^�,n�..
00 32 15 Construction Pro'ect Schedule 07/20/2018
00 35 13 Conflict of Interest Statement 42I24I2020
00 41 00 Bid Form 03/09/2020
00 42 43 Pro osal Form Unit Price 01/20/2012
00 43 13 Bid Bond 09/f 1/2017
00 43 37 Vendor Cam liance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Pre ualifications 0'7/01/2011
00 45 l2 Fre ualification Statement 07/01/20l 1
00 45 13 Bidder Pre ualiiication A lication 03/09/2020
00 45 26 Contractor Com liance with Workers' Com ensatian Law 07/01/2011
00 45 40 Minori B.usiness Enter rise Goal 46/09/2015
�.,� ���r n� rn.ro ��;''�r5
00 52 43 A reement 09/06/2019
00 61 l3 Perfort�ance Bond 07/01/2011
00 61 14 Pa ment Bond 07/01/2011
fl0 6 i 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Insurance 07/O I/20ll
00 72 00 General Canditions 03/09/2020
�0 73 00 Su lementar Condifions 03/09/2020
Di�ision 01 - General Re uirements Last Revised
01 11 00 S�mma of Work 12/20/2012
O 1 25 00 Substitution Procedures 07/01/2011
O1 31 19 Preconstruction Mee#in 08/17/2Q12
Oi 31 20 Pro'ect Meetin s 07/01/20l 1
O 1 32 16 Construction Pro ress Schedule 07/01/2011
01 32 33 Preconstruction Video 07/01/2011
O1 33 00 Submittals 12/20/2012
OY 35 13 S ecial Pro�ect Procedures 12/20/20T2
O1 45 23 Testin and Ins ection Services 03/09/2020
O1 50 00 Tem orar FaciIities and Controls 07/01/2a11
O1 55 26 �treet Use Permtt and Modifications to Traffic Control 07/01/2011
O 1 57 13 Storm Water Pollution Prevention Plan 07/01/201 I
01 58 13 Tem orar Pro'ect Si na e 07/01/2011
O1 60 00 Produci Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/01/2011
O 1 70 00 Mobilization and Remobilizatian ll/22/2016
O1 71 23 Constructian Stakin and Surve Q2/I4/2018
01 74 23 Cleanin 07/01/2011
CITY OF FDAT WORTtI
STANDARD CQNST'RUC.TION SFECIFICAT[ON DOCUMCNTS
Revised March 9, 2020
00 00 00
STANBARD CONSTRUCTION 3PECIFICATION DOCUMENTS
Page 2 of 8
D 1 77 19 Closeout Re uirements 07/01/20ll
O1 78 23 O eration and Maintenance Data 12/20/20I2
O1 78 39 Pro'ect Record Documents 07/01/2011
Technical Speci�cations which have been modified by the Engineer speci�cally for this
ProjecE; hard copies are included in the Project's Contract Documents
Division 03 - Concrete
Division �6 - Electrical
Division 31 - Earthwork
Date
� �.
0 -
0 '.
, .. _
�� _
, ��
.. � - -
....,-
CITYOFFORTWORTH �"_-----.------------. _- ----.._ ..
STANDARD COI�fSTRUCTION SP�CIF[CATfON BOCUMENTS � . ,
Revised March 9, 202D
OQ DO OD
STANDAI� CONSTRUCTION SPECI�'ICATION DOCUMENTS
Page 3 of S
Division 33 - Utilities
� n � ��
.
� � ■
: �,�snr:_.,,:.. - — —
., . _•. __
�,
. , _ - - � R:�;:,�.M�
j� i
a, �� . ��
� � ��
� � � •�..��17SiTT�TRt' - - ' a
�
�� � � �
� � �� � ��• "'�.rR1�1
} ` 1 � • - - - i i � � ' ' ' �
.1
�
�
� � ■ .
i .. `f .
i .. � '
�_.•
�- -
� , � - --� — �- --- �
��
� � _ _
� .. � -
� � . .} -
�-', -_
� ■ _ n,.., - . _, .
�ssa. _ _ -
� �� � ` � • - _ - — -
:.�-�.,� ..,y:, �:
�-� ` - -� - -
1 - - • 1 1 1 1
� W�I�c ' . _ "" _
� `-
�„�'�.���.�.,:.:.�� .. ' : '
��� ,`.': .. �- • �
��� � - - - �'- - -�
�.........�,,,.... �.. ..,�._��..,.._........_..�... �..,.....-�.�,.,-. ��....-.....
� �iiti7R.�.}�7iLiifdTi
CETY pF FORT WORTFI . � .. � -...:��...,...... .. _. .
STANDARD CONSTRUC.TION SP�CIF'ICATION �OCUMENTS . '
Revised March 9, 2020
00 oa o0
S'I'ANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Page 4 of 8
Technical Specifcations listed below are incladed for �his Project by reference and can �e
viewed/downloaded from the City's website gh
http:l/ fortworthtexas.govltpw/contractors/
or
�tt�s:/rapps.fortworthtexas.�ov/�'roiectRe aurces'
CITY pF FORT WpRTH ' ' •
- ----- - - -- - - .. . - ---- - -
STANDARD CONSTRUC.T[ON SPECIFICA'1'(ON 170CUMENTS � . . '
Revised March 9, 2020
on o0 oa
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page S of 8
Division 02 - Existin Conditions
02 41 13 Selective Site Demolition
02 41 l4 Utilit Remaval/Abandonment
02 41 15 Pavin� Remaval
Division 03 - Concrete
Division 26 - Electrical
Last Revised
12/20/2012
12/20/2012
02/02/2016
26 DS 00 Com�non Wark ResuIts for Electrical 11/22/2013
26 OS 10 Demolition for Elecfrical 5 stems 12/20/2012
26 q5 33 Racewa s and Boxes for Electrical �S stems 12/20/2012
26 OS 43 ilnder round Ducts and Racewa s for Electrical S stems 07/01/2011
26 OS 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 OD Site Clearin �2/20/2012
31 23 16 Unclassified Excavation 01/28/20I3
31 23 23 Borrow 01/28/2Q13
� t�o � n � ���, °��
31 25 00 Erosion and Sediment Control 12/20/2412
3-�-'�--9$ � , � ����
'21 2T nn 1-�f�nr�ni�
�-rrr-vv r�vrcv�z
Division 3� - Exteriar Im rovements
27 ny �^7 t���nr�nv�
�z-v-r-r,- rcr�vr�v�a
Z'l�� r, v i i v �8�%a-�� �
32 O1 29 Concrete Pavin Re air I2/20/2012
�� i t �� �I�.r:t,lv a��.� r�,,..,.�o� i�r�nr�n��
� c-rz c� -rz�-rrvrsv-i
�} r :.,,,, �r�,,.,�„a o.,,.,, r...,..,,,,.. i�r��i
���� r�e..,e.,� fr..e.,�ea Q.,�o r,,,,«..a., r���-�,�;�
�� na r�� r�J
'3� �7 �� i�1�ni�ni�
��-r�ry -azrLvrLv-az
2'7� T')!�_1zr vTtv �.L
32 13 13 Concrete Pavin 12/20/20I2
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 06/05/2018
32 13 73 Concrete Pavin Joint Sealants 12/2U/2012
�� tn �� 1�»nr�nr�
�rrry zrrrv,zvrr
32 16 l3 Concrete Curb and Gutters and Valle Gutters 10/05/2016
32 17 23 Pavement Markin s 11/22/2023
32 17 25 Curb Address Paintin 1 l/04/2Q13
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/20i2
32 31 29 Wood Fences and Gaies 12/20I2012
32 32 13 Cast-in-Place Concrete Retainin Walls 06/05/2018
CITY OF FORT WORTH ..
STANDARD CONSTRUCTION SPECIF[CA'�ION DOCUMEAlTS � . .
Revised March 9, 2U20
00 00 00
STANDARD CONSTRUCTIDI�I SPECIFICATION DOCUMENTS
Page 6 of $
32 91 19 To soil Placement and Finishin of Parkwa s 12/20/2012
32 92 13 H dro-Mulchin , Seedin , and Soddin 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
1 i
� � — — — � ��
� �
� � � _ � . ,
: 1...�r��.�...:,.:.� : ��17
li � �
i�
a ,� _ - .
�. �
� , e ��� � � �
�� � ,�
i � _
+ � ' ' =�
! ���.�.:.�R:.��,.s�. :..��
� i � - ' „�
33 OS 14
� ��o
� ��T�TT
� ��-v�-�v
2ZTJ' OJ'LT
�-���C
� Z�.,-�
��
Z ��_+i�v
33 OS 30
33 11 OS
� z�o
2'Z�
� ��i
� ���
� ���
33 12 10
� ��r
33 12 20
33 i2 21
� ���
���.���_�o
33 I2 40
� ��-'�o
� ��v
� �� ��z
�'2 2�
� ��--��
���� L�
Adjusting Manholes, Inlets, Vaive Boxes, arld Other Struc#ures to
Grade
r-�,,.,,...,,+„ �xr.,t,,,. z�,,,,i+�
!',,.-...roro !�„11�.-�
��?�
Locatian oiExisting Utilities
Bolts_ Nuts_ and Gaskets
Vilater Services 1-inch to 2-inch
Resilient Seated Gate Valve
A W WA Rubber-Seat�d Bub
Valves
Fire
, � r���
n� rn�4
� � 1�r�-zvnv ;i
7 "1 !'7�y
y �i�n�� zo; zo rz�n i �
r n f���
�^rm i� � o ��Izo rz
n� m��
t � f��z
� 71��r�oiv
7'71'7��n!'7n 1ii
ni r�o��z��o�oi�n� �
n y r�� ���
12/20/2012
i � r���
Y 7 N��
1r]M�
17l7l1/'7A 1 7
�Z
t�t�nr�n��
y � r���
n� u oQ, r»zo rs
1 '� !`I�z
12/20/2012
12/20/2012
7 h Mr�,�o�o�iz
i�c�nrz�zo;�orz�ni�
yrrti��e
r � r�rz� so,��o �z
i�»��
02/14/20l'7
, � r��.�
12/20/2012
12/20/2fl 12
n� rn��
i�r�zz�zo,zorzr�ni�
01/03/2014
77M�z
ncii��
7 � l��n I�z
i�r�nr�ni�
i � r��i
n�ri�,or��
CITY OF FORT WORTH � .
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS i_ ': � _
Revised March 9, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
Appendix
GC-6.06.D Miaority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
END OF SECTION
C[TY OP FORT WORTH .� .
$TANDARD CQNSTRUCT[QN SPECIFICATION DOCUM�N1'S '' i
Revised March 9, 2020
a
,�
, .-
�" `..-
.�'
CITY QF FORT WORTI-I .,
1/4/2021
M&C Re�iew
O�cial site nf the City of Fort Worth, Texas
��� �ou�c�� ,����v�� F��� ��°�
DATE: 12/15/2020 RIEF'�RENCE **M&C 20- LOG NA�iIfE: 20SIDEWALK ]MPROV�M�NTS
NO.: 0956 MILLER AV�NUE
COD�: C TYPE: CONSENT P�B��C NO
HEARING:
SUBJFCT: (CD 5 and CD 8) Authorize Execution of a Contract with 2� Construction, LLC, in the
Amount of $892,D65.00 for the Canstruc�ion of Sidewalks along Miller A�enue from
Mansfield Highway to ChicEcasaw Av�nue, Adopt Apprppriatian Ordinance, and Amend fhe
FY2021-202� Ca�aital Impro�ement Program {2018 Bond Progr�arn)
RECOiiP�MiIIEN�ATION:
It is recommended fF�at fhe City Cauncil:
1. Authorize exec�fion of a contract with 2L. Construction LLC, in the amour�t of $892,065.00 for
construction of sidewalks along Miller Av�nue from Mansfield Highway to Chickasaw Avenue
{City Project No. �.0063i);
2. Adopt the a�t�ach�d appropriatian ordinance adjusting appropriations in the 2018 Bond
Program Fund by increasing appropriat�ons in the Sidewalks FY20i7 project (City Project No.
100637) in the amount of $892,065.00, and decreasing appropriations in the Sidewalks and
Bicycle Lanes programmable Projec� (City Project No. PB0002} by the same amoun�; and
3. Amend the FY202i-2025 Capi�al Improvement Program.
DISCUSSION:
This Mayor and Councfl Communicafiion (M&C) is to authorize a construction cantract for sidewafk
improvements that consists of approximately '10,500 linear feet of concrefe sidewa[k and 41
Americans with Disabilities Act barrier free ram�s along Miller Avenue from Mansfiefd Highway to
Chickasaw Avenue.
The project was advertis�d for bid in the Fort Worth Star-Telegram on September 1 a, 2020 and
September 17, 2020. On October 8, 2020 the following bids were received:
Bidders Amount Time of Completion
Cole Construction� $786,998.00
2L Construction, LLC $892,065.00 180 Ca�endar Days
Greeniverse Construction $9�43,968.67
Northstar Construcfion $1,062,277.�Q
MHB Constructian $1,078,043.00
Reyes Graup, LtcE $1,090,812.00
North Rock Construction, LLC $1,249,1$4.27
FNH Cons#ruc#ion, LLC $9,367,590_00
"Lale Lonstruction bid has been determined to be non�r�sponsive due to fhe fact that fhey did not
acicnow�edge Addendum #1, which re�ised the bid form, and thus utilized the incorrect bid form in their
bid.
iV111PVBE OFFICE� 2L Construction, LLC is in compliance witF� ihe City's BDE Ordinance by cflmmittir�g
to 111% MBE participation and documenfing gofld fiaith effort. 2L Construction, LLC identified se�eraE
subcontracting and supplisr oppor�unifies. Nowever, the firms contacted in the areas identified did not
respond ar did not submif t�e lowest bids. The City's MBE goal on this �roject is 'f 61%.
apps.cfwnet.orglcouncil_packe�/mc review.asp?ID=2852b&councildate=1211512p2p 1/2
1/4/2021
M&C Review
This projec� is inciuded in ti�e 201 S Bond Pragram. Available resources within the General Fund will
be used to pro�icf� interim fiinancing until debt is issued. �nce debt associated with the project is
soid, band proceeds wi�i reimburse t�e General Fund in accordance with the statemenfi expressing
official Intent to Reimburse fhat was adopfed as part of t�e ordinance canvassing the bond eiection
{Ordinance No. 23209-05-20�8) and subsequent actions taken by the Mayor and Council,
The 2018 Bond Program funding was irtcluc�ed in t�e 202��2025 Capital Improvemer�t Program for
programmable project Sidewalks and Bicycle Lanes (City Project Na PBq002). In order fio
administratively track �he spending of afl funding sources in one project, appropriat�on ordinances are
needed to move appropriations from t�e programmable projecf to the jointiy funded static project.
This action will amend th� 2021-2025 Capital Improvement Prograrn as approved i� connectior� with
Ordinar�ce 24446-09-2020.
This project wil� have no impact on the Transportation and Pubfic Works annual operat�on budget
when completed.
This sidewalk praject is iocated in COUNClL DISTRICTS 5 and 8.
�ISCAL 1NFORMfAT10Y�ICERTIFICATION:
The Director ofi Finance certifies that funds are currently available in the Sid�wafkslBicycfe Lanes
programmabfe project within the 2018 Bond Program Fund and upon appro�al ofi the above
recommendations ancf ado�tion of the attached a�apropriation ordinance, funds will be a�ailable in the
2018 Bond Program Fund for the Sidewalks FY2017 project to support the appra�al of the aE�ove
r�commendations and execution of the contract. Prior to an expenditure being incurred, the
Transportatian & Pubfic Works De�aartment has the responsif�ility of �erifying the availability of funds.
SubmittecE for Ciiy �1lanager's Office by�
Originating Depar�ment Head:
Additional Enformation Contact;
ATTACHNIENTS
Dana Burghdaff (8018}
William Johnson (7801)
Maged Zaki �5448)
20SIC]�WALK IMPROVEMENTS MILLER AVENLlE 3�fl18 A021(R2).docx
CPN'100637- Map.pdf
apps.cfwnei.orglcounci I_packetlmc_review.asp? I DM28525&councildate=9 211512fl2Q 2/2
CITY OF F�R`� INOl�T�i
Tr��7�p�rt�t��iti �nd Public IfUoxks
ll�l�ll�r ��dewa��C I�nprorrem�nt�
�ity Pr�je�t I�o. 1.O�f�7
�a���nr��� ruo. �.
A�€riendum No �. issued: Uccab�r �, �0�0
Sid Dp�ning Dat�: Q���ber S, ���U
Tn�s Ad��ndu��� fanx�� pa� of ��e ��acifca�ians arad ��ntr�c� �]�ctkmer�t� and n�od�f�e� t��� �r�gir��!
�pe�if+�ali�ris �r�d ��n#�act �o��ments. �Id�i�r� sha�l ac�cna+rrf�ci�� fec�i�t �f this �ddenc�urn In �he
�pace �rov��erf I�elow a�7d ��:kr�owfa�i�a r����p� on the oui�r �r�velop� fn �nur b��. Failur� l�
ack���lad�� r���ip� of ���i� add��dur� cou1� su�j�c[ Ih� #�idd�r ta �is��al��ca#I�n_
T#�� ��ec�fca#lon� ar�� �antra�� ��c�r�r�e�ts f�r �i#� Pr�je�l I�a, 9p063� �re her��y r�vised I�y this
Addendt�ix� fVr�, � �s i��lows;
'k- 9���iti��tion� ��ct�o� 00 A� 43 — Bid Pra��sal Farm tv b� �4E�LA��D In �t� entirs�y
�+vxtl� th� aitached r��rised Blcl Pro��s�l F�rrn.
2� �ra��c# �aans are rc�v��e� �s foJlaw�:
- S���t 6-�7'x� 5� 8��s Sz�p h�� �iee� a�d�ad at �'[�l� �U���, Af�c� th� str�e# Ilgl�i x�ote ai �T�
� �f40 ��as bt�or� ��vi��� to e�ad "Existin� �€r��:E Lit�ht Ta i3� �2�I���te� �3y �i�y �o�ces F'rior
To C�ns#�uc�ia��"_
- �i�e�t 7- �'x-C 5' E��s Sta�+ h�s beer� add�� �t �1`A �1 +6�,
- �he�t �- �'x�15' �Ka� �tn� �as b�e� ad�e� �t Sl"A ��}�0,
- ��eet �- S'x15' Bus �#a� �as L���n a�cied a! ��'A 34�2�,
- �k�e�� fiC�- S`x� 5' 8us �#a� has b�ee� a�lderl �t �7'A 2{��_
- �heef 'I 9-Tx�7�'I- 'f`f-� R�n��, at �Tl� �E+�4 h�s b��n cE�an��cl to hAodif��d R-�A
- �#�e�� �I 2� Tx�07 T�'-5 Ramp �t�s �,a�n �i���s��d ka A+ladifE�c� �-� �. And strea# ff�#�l r�o#�
k��s Er�ren r�v�s�� fa read "�xrstin� 5tree# C_��fi�# #o �e l�el�ca#ed k�y �i�}� Farc�s P'rior io
��nsir�ctiorr".
- ��e�t �I�� �'x1�' Rus �t�p has b��n �iddec� at �TA t5�90_
• S�eet 15- 7x��� T�'-5 i����ps s# ��A 1�f�9�4 ar�d ��A �5��7� iias C���n c�anged fo ��di#ied
R-"� � _
- �heet ��- 9'x��' C��s �to� has ���� ac�ciec� �i ��"f� ���5�_ At�� s�e��i �igl7� note �t �T�1
27f70 h�s b�c�n r�v�sed �n r�a�� "Exis�irg �tr�c�� Li�ht �� �3� R�iac�ted �y �iC� �arcc�s Prior
To �onst��Gu#ion",
- S€�et 1�- �'x� 5' B�is S#op �as beor� ad��d at ��`A �8#��. An� �x���- TY-5 Ramp at �'��
38-f�L} has h�er� cf���g�d #o T�r�e �'-� �lisn st���� ft�l�i �xo#e ak �TA 38T�0 Ixas i�een revE���l
�o reac� -' �x�sii�tg �t�'eet I_.i�ht T� �� �e�or,a#ed �y �.ily Force� P�'��r To �onstr�3�ti�r���
- �ho�# �8y �xRO�' �'l�-� ��rr�� �! �T�13+�0 I�as L�ee« ���a��e� �� T}��e F�-�1l�,
- ����et �4- F�a�� �}+pc �+1-� has I���� d�leted A��I Ramp ��YPe �-1 dct�kl I��s heen revssc�cl
�v sk�t�w ��o �1�tec#abE� warr�in� sur�acc� is startirr� at ti�e #�acf� of t�ie �urb kit3�.
A�dder��.ium [Va, 1
Mlkier Si�ewalk Imprp+�errxents
CF'�+f 100537
- �he�# �1- T#�� c�il ou� �af F��rrE� T�Ip� �:�� f��s be�r� re�+is�.Fci #o re�d'"TY�e �-3 Nl�di�n �ut
-- 1`#�fou�1� F�ai�np"".
- �ri��t ��-� 7x��T Ra�xrps L�eEafF �a�+� k��n r'e�rlac�d �vith �odi�i�d k�-�!� a�ci #�-fi�.
- �i���t �{� a�7�# �7 has Lnr�or� rr��r�ced �a� I�e�rr�av��,
- �he���-.1+1�ite{.�rs-tn����r� �a#� Val� & �c�x {1�" Aoid �n�a!lar�..Deta�l�has�ba�€��a�r�eci�
T}�is Acider�d�ir�� �!�_ 1 for�r�s p��t vf 1h� �p�clfFcat�ar�s anri �ai�Era�l I�vc��ri�r��s for th� �bov�
refi�re�c�d proje��� ar��i m�odi#E�s �h� original Prc����t �ll�nua� #� �arr�rac� da��3�i�nts �# sam�_
AcC�rt�v�rle�i�e ycrur r�����t oi ��d�r�d�ir� iVo_ � C�y cornp���in� #h� r�qu�:sfed fr�f�rrrkak�c�n at #hc� t�Nf�wir��
I�cali�ans�
��f } J� #E�� spac� ptovid�d �rr Se�ti��r �0 41 0�, Fiid Furm. P��e ��� 3, ��d
(�} ihdl��#e Jr� u�p�r cas� �etters �n th� c�uts�d� o� y�ur seale�l k�i� �nvelo�e
��F2�C:EJV�f� ANL} ACi{N�irV�EOG�f� ADb�'NDi,ltlr� N�. �'�
Inel�ad� a�i��a� ����r af �1c#cfer�dum f��. 9 Fn tF�e seaE�ct bf�t enve�apo al �he tirr�e of bi� subrr�Gli�1_
F�ilure �o ac�Cr�ow�erJge �e��i�t of A��er��um l�o, ���Cow ���,Ccf c�us� tF�� sub��ci �rf�i�fe� ln be
c�rr�s3c�orcd "��l����pQN�l1l�", f��UI�lR� I�1 �ISC�U�i1�C�tlOt'i_
Add�n�u�� �U_ 'f
#2E���PT �1��C�!{�1NL�I���C�;
1NIf�i�m .f���son.
Dl��ctoF. Trans��ortai��r� �n� ?�uL�ta� W�rks
��, _ _ �
��il'E��II}�/=_
1
�'�
�y�J�J �+xuJ� ��k'� �Y a„ , ir,�-,.
i�'I{�I�� I����Il��.ti]8�iii44.}nll;�
��f ; clxa
�91—�+ �i�d�]:�I, �'.�_
�ng���e��i�g Mar�ag�s,
dkddPndurr� f�lo_ 1
f++�il€�r 51dev,r:i�k �n�prt,��rr�c�nts
�E��i I0�637
ao i � i3
«vvr7•a•rrorr mo BinD�ns
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT O�' SIDS
Due to the COVIDI9 Emergency declared by the City of Fort Wortk� and until the emergency
declaration, as amended, is rescinded, sea�ed bids %r the construction of C.t � ._ '�'.;--:-
�:��ti�..�:klr:�r:.,_._��.st�!��Ii�l_: _.v_....�_1rv;=r Hiy1:..• __.. .., fic..... H, Thrvt, ("Project")
will be received by the City of �'ort Worth Purchasing Office unti� i:3r� P.M. C;' , i ��.. fE� :,
nCT7�i� R�ll�li ��� fii��:��: ij�:::::ihc� h..lnc�':
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by: �
1. US Mail at the address abave,
2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End
Lobby of City Hall located at 200 Texas Street, F'ort Worth, Texas 76102. A Purchasing
Department staff person will be a�aiIable to accept the bid and provide a time stamped
receipt; or
3. [f #he bidder desires to submit the bid on a day or time other than the designated
Thursday, the bidder must contact the Purchasing Department during normal working
hours at 817-392-2462 to make an appointment to meet a Purchasing Department
employe� at th� South End Lobby of City Hall located at 200 Texas Street, Fort Worth,
Texas 76102, where the bid{s) will be received and time/date stamped as above.
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Cauncil Chambers and
broadcast through live stream and CFW public television which can be accessed at
http://fortwoethtexas.�ov/iwtv/. The general public will not be allowed in the City Council
Chambers.
In addition, in lieu of delivering comple#ed MBE forms for #he project to the Purchasing Office,
bidders shaIl e-mail the completed MBE forms to the City Project Manager no later than 2:00
p.m. on th� second City business day after ihe bid opening date, exclusive of the bid opening
date.
GENERAL DESCRYPTYON OF W4RK
The tnajor work will consist of the (approximate) following: ?'. ,,.�, . _'-1. .; ,
',r, h ., f �,n H� " F_ �� , . � ,-� , « '
• �, S�7(� 1,F c�� �Uex� Side�valit
• 36 Neiv Pede�triara Ramps
PREQUALIFICATION
The improverr�ents included in this project must be performed by a contractor who is pre-
qUalified by the City at the time of bid apening. The procedures for qualification and pre-
qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
C[TY OF FOR'C WORTH , . •
STANDARD CONSTRUCTION SP�CIFICAT[ON DOCUMENT
Temporarily Revised April 6, 202D due to COV[a 19 Emergancy
00 11 13
INVITATION TO BIDDERS
Page 2 oF3
The Bidding and Contract Documents may be examined or obtained on-line by visiting th� City
of Fort Worth's Purchasing Division website at http:� v�.,+�v.fort and
clicking on the link to the advertised project folders on the City's electronic dacument
management and collaboration system site. The Contract Documents may be downloaded,
viewed, and printed by interested contractors and/or suppliers.
Capies of the Bidding and Coniract Documents may be purchased from .�..? ._��. r'u .--��'.,. :. � LLt'
�efla.c,. d 7�' .. �" in�`�,� Y t��)71 T{4i� .��cn.t Tf.. i7 i� il� 7" �i� . SrJ..' �:
The cost of Bidding and Conieact Documents is:
Set of Bidding and Contract Documents with half size (if auailable) drawings: F�" {J(�
PREBID CONFERENCE
A prebid conference may be lield as discussed in Section 0� 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: cu�� .•;,�.. ..,+ .. �.���
TIME: � ��f�" �
If a prebid conference will be h�ld anline via a web con%rencing application, invitaiions wil� be
distributed directly to tk�ose who have submitted Expressions oiInterest in the project to the City
Project Manager and/or the Design Engineer. The preser�tation given at the prebid conference
and any questions and answers provided at the prebid conference will be issued as an Addendum
to the call for bids. .
lf a prebid conference is not being heId, prospective bidders can e-mail questions or comments in
accordance with Section 6 of the Instructions to Bidders referenced ahove to the project
manager{sj at the e-mail addresses listed beIow. Emailed questions will suffice as "q�estions in
writing" and the requirement to %rmally mail q�aestions is suspended. If necessary,
Addenda will be iss�ed pursuant to the Instructions to Bidders.
CYTY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or re�ect bids.
AWARD
City will award a contrac# to the Bidder presenting the lowest price, yuaIifications and
competencies considered.
INQU�R�ES
All inquiries relative to this procurement should be addressed to the following:
Attn: . ,-- -•.' _ _ _... ` _ ... . . - ... :; :
Email: ' - y� �
Phone: r = �
AND/OR
Attn: " n " : C..,n�,��tu,a� , � L�'
Email: . lcrr•k._4 � LLC.com
Fhone: � ; .3
EXPRESSION �F INTERSEST
GITY OF FQRT WORTH � ....... ..:�....,...... ..... ,.
STANDARD CONSTRUCT[OAi SPECIFICATION DOCUMENT . '
Temporari[y Revised April 6, 2020 duc to CdVID19 Emergency
00 11 13
CNV['fAT101+I TO SIDDERS
Page 3 of 3
To ensure bidders are kept up io date of any new information pertinent to ihis project or the
COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders ar�
requested ta email E�pressions of [nterest in this procurement to the City Project Manager and
the Design Engineer. The email should include the bidder's cotnpany name, contact person, that
individua�s email address and phone number. All Addenda will be distributed directly to those
who have expressed an interest in the procurement and will also be posted in the City of Fort
Worth's purchasing website at Ilt�n� .orE•• ., ihir :as �� n���-c"a: �n� '
PLAN HOLDERS
To ensure you are kept up to date of any new information pertinent to this project such as when
an addenda is issued, download the Plan Holder Registration form to your computer, complete
and �mail it io the City Projeet Manager or the Desi�n Engineer.
The Ciiy Project Manager and design Engineer are responsible to upload the Plans Holder
Registration form to the Plan Holders folder in B[M360.
Mail your compieted Plan Holder Registration form to those listed in INQUIRIES above.
ADVERTISEMENT DATES
aE-Elsc-..�_ _. 1� 1
,�ej3f�ir�i�"_. _ . �..�.'
END OF SECTION
CITY OF FOl2'1' WORTFT
STANDARD CONSTRUCT[dN SPECIFICATION DOCUMENT
'i'emporarily Revised April 6, 2020 due to COVIDl9 Emergency
U021 �3
INSTRUCTTONS TO BIDD�RS
Page 1 of 9
SECTION 00 �1 1.3
INSTRUCTIONS TQ BIDDERS
1. Defined Terms
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 -
GENERAL CONDITIONS.
1.2. Certain additional #errr�s used in these INSTRUCTIONS TO BIDDERS have the meanings
indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, frm, partnership, company, assaciation, or corporation acting directly
through a duly authorized tepresentative, submitting a bid for performing the work
contemplated under the Contract Documents.
12.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation
acting directly #hrough a duly authorized representative, submitting a bid for performing the
work contemplated under the Contract Documents whose principal place of business is not
in the State of Texas.
12.3. Successful Bidder: The lowest responsi6le and responsive Bidder to whom City (on the basis
of Ciry's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Daeuments
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting
from the Bidders use of incomple#e sets af Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for #he purpose
of obtaining Bids for the Work and do nat authorize or confer a license or grant for any oiher use.
3. Preyua6fication of Bidders (Prime Contractors and Subcontractors}
3.1. All Bidders and their subcontractars are required to be prequalifed for the work types requiring
prequa]ificatian at ihe time af bidding. Sids recei�ed from contractors who are not prequalifed
shall not be opened and, even if inadvertently apened, shall not be cansidered. Prequalification
requirement work types and documentation are available by accessing all required files through
the City's website at: httns:i/anps.fartvc�orthtexas.��v/PraiectResc�urcesJ
3.1.1. Paving — Requirements document located at;
iE�ius_„'v pp�. f.,rtworthtexas.�o�/i'�ojectResaurcesfResources P/Q2%?0-
%2flConstructian%24Documents/Car�t�•actor%20Pre uali�cation/TPW%20Pavin %2QCon
tractor%ZOPreq��aIificatifln%o2dProgratn/PREQU.ALIF[CA 1'lON%20RE4U�REMENTS�.
24FOR%a2QPAVING%2000N`f`RACTORS.�,df
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at;
C[TY bP �ORT WORTH � � ' ' •
---._ ..-----------__...,._._..__..... .
5TA[�fDARD CONSTRUCTION SPECIFICATION DOCUMENT . '
Temporarily Revised Apri124, 2020 due to COVID 19 Emergency
00 2l 13
INSTRUCTIONS TO B[DDERS
Page 2 ot9
IErt�.,,,, �n�s.tor�H �r�l�z�x�_.�o�. Proj�ctRe�ca��rce��Resourr;.,..PlG��;:,20-
°1o20Constre�ction%ZODocu�nents/Contr�Ctor%2fl Preqtta! ificationf'I'PW°/a20Roadwa}j%o20an
d%ZOPec�estrian%20L.i�htin�%20 Prequaiificati�n%o20Pro��•am/STREE�'%20LIGHT°�o2OP
REQUAI %2DRE� TS�df
3. I.3. Water and Sanitary Sewer — Requirements document located at;
�ti"pS:ilelppS. �OIiW[rrt�lt�YaS.�?O V:'Prc►;fect Reso��rces/Res� urces PIU2%20-
%20Co�3structi:on%2QDoc umenis/CQntractor°1o20Prequali �catian/W ater%20a��d%205anitar
°fo20Sewer%2�Contracto�%20Pre ualifi�atic�n%20Pra ramlVs�SS%o20 re ual°/a20re uire
nients.pt�f
3.2. Each Bidder, unless currently prequa�ified, must submit to City at least seven (7) calendar days
prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS
PREQUALIFICATIONS.
3.2:1.Submissian of and/or questions related to p;requaIification s�ould be addressed to the City
contact as provided in Paragraph 6. I.
3.2.2.-['�'�1Pf}]2111t1' Pi��){'�I�lsllt�;� f)4!�'I-(.1 C'[}Val7-]9: �1 Fiicider ����1ffS� �!i'C(.�111C�1I�L��I1X1�] Ml��
i'?C�1a'��I CI�11'1i7� ��iL' C1111�: �]4'a'lll�{ 44I1�C1`, al V,�f�(I 41774f��en�y� taf�i�r is irG a,lu�c �ierl��'.�I. �E�4�. I�,c.�l�
��l� �iFf ,��} tltlyw �,;twl a��� ���tlf�Els)fl i��tl�L` �9�1tI��i�,a.'I1L'�' i}I�CEtI� k4j�11 �I1L" ftlfl�i��i �\�rll'�t�ltsil �i,itt -
�ry �iay� �ri�l �ricaGilli. k4�i11 ou�� i]t �uwi�t��icall}� �Ci��t��ii[ie�i frc�rn i��virr�, tl�c �'4id�cr's i�itl
a��+en�:ci_ A �3icE,��r itt thi�;i�u��ti,�ri �a�ill f���� its I�i,J ��E�rn�� :�.tzc� rr_�r� r�l�rttcl �irr�� xvill h� all�sv�•ed
� f:F[k5lil�SS �1}'S �CIC1St C1f I]kJ,lYkC55 i?Cl t17� jd� �3)+) #G7 ;�3�7irili 8 GO117�]��t� �Si'El�llfillfiC8t30A
ren����al pt�ckag�:. f aiI�G3�e Ea t�me�3y submit, OF S�EL}CllltT�I {}f 8C1 li3{C�tli�l��t: �ai�ck�t�e, wil� ��r.nciet
�he 83tt�ier's bid �o�-responstve, [f' �i�e preqt�a��i�icat�on r�i�e3wa[ doc�u��ei�ts shav�� ti�� Bi4idei
a�s r+t�w re���-c����fified, fi�e Ixi,:f u+i11 he rea�c�erect n�r�-resgu�sive, r1 B'r�ciee rrk��y �oE ��se Il�i�:
exc��4it�n la ;��ic ii �3i'�ikll,k�lFRC21�1{}� .5�,�[kR5 �',f�:i�c'I' �Ii�'ifl f}]f�l }��icl� �w�a�; iaM }�lace �� s€xe t���t� oi�
�x�+ir{MxRr,��, �1 �3it141,�r ��af�} �culc� s« ir�crc��se ik� �rrs��lati�l�;;��1(�t4 �1uEt�� m���t <«II�}��� Iltu
Srat�ii't{���H1 �s<<l,r��i�tall��eview p���rccss
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent ]ow bidder(s)
for a project to submit such additional information as the City, in its sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel
to be assigned to the project, and construction schedule, to assist the City in eva�uating and
assessing the ability of th� apparent low bidder(s) io deIiver a quality product and successfully
compleie projects for the a�nount bid within the stipuIated time frame. Based Upon the City's
assessment of the submitted information, a recammendation regarding the award of a contract will
be made to the City Council. Failure to submit the additiona� informaiion, if requested, may be
grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalifcation, additionaI requirements for qualification may be required within
various sections of the Contract Documents.
3.5. 5pecial quaIiiications required for ihis project include the following: �' �! �� -.ir -.-• �,
4. Exarnination of Bidding and ContracE Doeuments, Ot�er Related Data, and Site
4.1. Befare submitting a Bid, cach }3idder shall:
CITY OF FORT WORTH ' ,.
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT _ _ _ .': i .: .. _ _ .
Temporarily Kevised April 24, 2020 due to COV[Dl9 Emergency
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.1. Examine and carefully study the Contract Documents and other related data identif ed in the
Bidding DocUments (including "technical data" referred to in Paragraph 4.2. below). No
information given by City or any representative ofthe City ather than that contained in the
Contract Documents and off cialIy promulgated addenda thereto, shall be binding Upon the
City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, Iocat and site
conditions that may affect cost, pragress, performance or furnishing of the Work.
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress,
performance or furnishing of the Wark.
9.1.4. Study alL• (i) reports of explorations and tests of subsurface conditions at or contiguous to
the Site and ali drawings of physicaI conditions relating to existing surface or subsurface
structures at the Site (except Underground Facilities) that ha�e been identified in the Contract
Documents as containing reliabie "technical data" and (ii) reports and drawings of Hazardous
Environmental Conditions, if any, at the 5ite that have been identifed in the Contract
Documents as containing reliabte "technical data."
4.1.5. Be advised that the Contract Documents on file with ihe City shalt constituCe aIl of the
information which t�e City will furnish. All additional information and data which the City
will supply after promulgation of the formal Contract Documer�ts st�all be issued in the form
of written addenda and shalf become part of the Contract Documents just as ihough sucl�
addenda were actuaily written into the original Contract Documents. No information given
by the City other than that contairied in the Contract DocUments and officially promulgated
addenda thereto, shall be binding upon the City.
4.1.6. Perform independent research, investigations, tests, borings, and such other means as may
be t�ecessary to gain a complete knowledge of the conditions which will be encour�tered
during the construction of ihe project. On request, City may provicle 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 fil� all holes and clean up and
r.estore the site to its former conditions upon completion of such exploratians, investigatians,
tests and studies.
4.1.7. De#ermine the difficulties of the Work and all attending circumstances affecting the cost of
doing the Work, time required for its completion, and obtain all information required to make
a proposal. Bidders sha�l rely exclusively and solely upon their own estimates, investigation,
research, tests, explorations, and other data which are necessary for full and complete
information upan which the proposal is to be based. It is understood that the submission of a
praposal is pritna-facie evidence that the Bidder has made the investigation, examinations
and tests herein required. Claims for additional compensation due to variations between
conditions 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 tatce
advantage oi any gross error or omission in fhe Contract Documents, and the City shall be
permitted to make such corrections or interpretations as may be deemed necessary for
ful�llment of the inient of the Cantract Documents.
CITY OF FORT WORTH
STANDAKD CbiYSTKUCTION SPEC[FICATION DOCUiVIENT '._`; 3"•��-
1'emporarily Revised Apri� 24, 2D20 due to COVIDI9 �mergency
002[ 13
INSTRUCTIONS TO BIDDERS
Page 4 oF9
4.2. Reference is made to Section 00 73 00 -- Supplementary Conditions for identiiication of
4.2.1, those reporis of exploratiot�s and tests of subsurface conditions at or contiguous to the site
which have been utilized by City in preparation of the Contract Documents. The Iogs of SoiI
Borings, if any, on the plans are far general information only. Neither #he City nar the
Engineer guarantee that the data shown is representative of canditions which actualIy exis#.
4.2.2, those drawings of physical conditions in or relating to existing surface and sUbsurface
structures (except Underground Facilities) which are at ar contiguous to the site that have
been uiilized by City in preparation of the Contract Documents.
4.2.3. copies of such r�ports and drawings will be made available by City to any Bidder on request.
Those reports and drawings may not be pa�i of the ContracC Documents, but the "technical
data" contained therein upon which Bidd�r is entitled to rely as provided i� Paragraph 4.02.
of the General Conditians has been ideniifed and established in Paragraph SC 4.02 of the
Supplementary Conditions. Bic�der is responsible for any interpretation or conclusion drawn
from any "technical data" or any other data, interpretations, opinions or information.
4.3. The submission of a Bid wiil constitute an incontrovertible representation by Bidder (i) that Bidder
has complied with every requirement of this Paragraph �, (ii) that without exception the Bid is
premised upon per%rming and furnishing the Work required by the Con#ract Documents and
applying the specific means, methods, techniques, sequences or procedures of construction (if any)
that may be shown or indicated or expressly required by Che Contract Documents, {iii) that Bidder
has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contraci
Documents and the written resolutions thereaf by City are acceptable to Bidder, and wh�n said
conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph
6., and (iv) that the Contract Documents are generally sufficient to indicate and convey
understanding of al] terms and condi#ions for performing and furnishing the Work.
4.4. The provisions of this Parag�•aph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls
{PCBs), Petraleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the
General Conditions, unless speciiically identified in the Contract Documents.
5. Availability of Lands for Wprk, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto
and other lands designated for use by Contractor in performing the Work are identified in the
Contract Documents. All additional lands and access thereto required for temporary construction
facilities, construction equipment 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
permaneni changes in existing facilities are to be obtained and paid for by City unless otherwise
provided in the Contract Documents.
5.2. Ouistanding right-of-way, easements, andlor permits to be acquired by the Ciiy are listed in
Paragraph SC 4.OI of the Supplementary Conditions. In the event the necessary right-of-way,
easements, and/or permits are not obtained, the City reserves the right to cancel th� award of
contract at any time before the Bidder begins any construction work on the project.
CI`I'Y OF FORT WOKTH
STANDARQ CONSTRUCTION SP�CIFICAT[ON DOCUMENT
Temporarily Revised April 24, 2020 due to COVID i 9 Emergency
00 2 ] 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5.3. The Bidder shall be prepared to commettce constructian without alI executed right-af-way,
easements, and/or permits, and shall submit a schedule to the City of how construction will proceed
in the other areas of the project that do not require permits and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of fhe Bidding Documents are to be directed to City in
writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this
day may not be responded to. Interpretations or clarifications considered necessary by City in
response to such questians will be issued by Addenda delivered to all parties recorded by City as
having received the Bidding Documents. Only quesiiar�s answered by formal written Addenda
will be binding. Oral and other interpretations or clarifications will be withqut legal effect.
Address questions to:
( _ ;�, ..,�r
2l►� '?reet
Fr�. r,y ?� �,: ;
At1�. ," F .'1fy 9f 1'✓Nl Wur'tf�
Ernail. � , �rthtexas.�av
PF�- , � , �
.,
6.2. Addenda may also be issued to tnodify the Bidding Documents as deemed advisable by City.
6.3. Addenda or clarifica#ions may he posted via the City's eIectronic documenf management and
collaboration system at https://docs.b360.autodesk.com/
shares/5d l b8812-03b5�4f61-9et�-265c71 �OOe9
6.4. A prebid conference tnay be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of Ciiy will be present to discuss the Project.
Bidders are encouraged to attend and pariicipate in the conference. City wi11 transmit to all
prospective Bidders of record such Acldenda as City constders necessary in respanse to guestions
arising at the conference. Oral statements may not be relied upan and will not be binding or legalIy
effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable #o City in an amount of five (5} percent
of Bidder's maximum Bid price on form attached, issued by a surety meeting the req�airements of
Paragraphs S.Ol of the General Conditions.
7.2. The Bid Bond of all Bidders will be retained until the condiiions of the Notice of Award have been
satisfied. If the Successful Bidder fails to execute and deliver the complete Agreerne�nt within 10
days after the Notice of Award, City may consider Bidder to be in default, rescind the Noiice of
Award, and the Bid Bond of#hat Bidder will be forfeited. Such forfeiture shal� be City's exclusive
remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a
reasonable chance of receiving the award will be retained by City until final contract execution.
CITY OF FORT WORTH � -
STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENT ': ,
Temporarily Revised April 2�4, 2020 due to COV[D19 Emergency
00 2l 13
INSTR[JCTIONS TO B[DDERS
Page 6 of 9
8. Contract Times
The number of days wi#hin which, 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 hy reference to the attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "4r-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in ihe Bidding
Documents without consideration of possible substitute ar "or-equal" items. Whenever it is indicated
or specified in the Bidding Documents that a"substitute" or "or-equal" item of material or equipment
may be furnished or used by Contractor if acceptable to City, application far such acceptance will not
be considered by City until after the Effective Date of the Agreement. The procedure for submission
of any such applica#ion by Contractor and consideration by City is set forth in Paragraphs 6.OSA.,
6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General
Requirements. � �
11. Sub�ontractors, Suppliers and Others
11.1. In accordance with the City's Business Diversity Er�terprise Ordinanca No. 20020-1 2-20 1 i(as
amended), the City has goals for the participation of minority business and/or small 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 Utilization Form, Arime Contractor Waiver Form and/or Good Faith
Effort Form with docUmenfation and/or Joint Venture Form as appropriate. The Forms
including documentation must be received 6y the City no later than 2:00 P.M. CST, on the
second business day after the bid opening date. The Bidder shall obtain 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 shatl be required #o employ any Subcantractor, Supplier, other persor� or
organization against whom Contractor has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additianal copies may be ob#ained
from the City.
i2.2. All blanks qn the Bid Form must be completed by printing in ink and the Bid Form signed in
ink. �rasures or a�terations shall be initialed in ink by the person signing the Bid Form. A Bid
price shall be indicated for each Bid item, alternative, and unit price item listed therein. J� the
case of optional alternatives, the words "No Bid," "No Change," or "Nat Applicable" rrzay be
entered. Bidder shall state the prices, written in ink in both words and numerals, for which the
Bidder proposes to do the work contemplated or furnish materials required. AlI prices shall he
written legibly. In case of discrepancy between price in written wards and the price in written
numerals, the price in written words sha11 govern.
CITY OF FORT WORTH ' .
STANDAItD CONSTIZUCTIOIV SPECIFICATION DOCUMENT ': t;,r}, ,
Temporarily Revised April 24, 2D2Q due to COVID i 9 Emergency
00 21 13
INSTRUCTIONS TO BID1JE125
Page 7 of 9
12.3. Bids by corporations shall b�
president or other corporate
corporate seal shall be affixed.
below the signature.
; executed in the corporate name by the president or a vice-
officer accompanied by evidence of authority to sign. The
The corporate address and state of incorporation shall be shown
12.4. Bids by partnerships shall be 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 offictat
address of the partnership sha11 be shown below the signature.
12.5. Bids by limited Iiability companies shall be executed in the name of the �rm by a member and
accompanied by e�idence of authority to sign. The state of formation of the firm and the
official address o.f the firm shall be shown.
12.6. Bids by individuals sha1l show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in �the manner indicated on the
Bid For�n. The offcial address of the joint venture shall be shown.
12.8.
12.9.
AlI names shall be typed or printed in ink below the signature.
The Bid shali contain an acknowledgement of receipt of all Addenda, the numbers of which
shal] be flled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall
be shown.
12. I 1. Evidence af authoriiy to conduct business as a Nonresident Bidder in the state of Texas shall
be provided in accordance with Section 00 43 37 — Vendoz' Compliance to State Law Non
Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, 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 securify and ofher
required documents. If 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.
14. Modiiication and WiYhdravval of Bids
14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be
withdrawn prior to the time set for bid opening. A request for withdrawaI must be made in
writing by an appropriate document duly executed in the manner that a Bid must be executed
and delivered to the place where Bids are to be submitted at any time prior to the opening of
Bids. After a11 Bids no# requested for withdrawal are opened and puhlicly read aloud, the Bids
for which a wiihdrawal request has been praperly filed may, at #he option of the City, be
retumed uno�ened.
14.2. Bidders may madify th�ir Bid by electronic communication at any time prior to the time set for
the closing of Bid receipt.
CITY OF FORT WORTI-1
STANDARD CdNSTRUCTION SPECIFICATION DOCUMENT
Temporarily Revised Apri124, 2020 due to COVSDI9 Emergency
DO 21 13
INSTRUCTIONS TO I3117DCRS
Page 8 of 9
I5. Opening of Bids
Bids wiil be opened and read aloud publicly at the place where Bids are to be subrnitted. An abstract
of the amounts ofthe base Bids and major alternates {if any) will be made available to Bidders after the
opening oiBicEs.
16. Bids to Rennain Subj.ect to Acceptance
All Bids will remain subject ta acceptance for the time period speciiied for Notice of Award and
execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sqle
discretion, release any Bid and nullify the Bid security prior to that date.
1�. Evaluaiion of Bids and Award of Contract
17.1. City reserves the right to reject any or ai� Bids, including without limita#ion the rights to reject
any or all nonconforming, nonresponsive, unbalanced or conditionaI Bids and to reject the Bid
of any Bidder if City believes that it would not be in the best interest of the Frojec# to make an
award to that Bidder, whether because the Bid is no# responsive or the Bidder is unqualified or
af doubtful �nancial ability or fails ta meet any other�pertinent standard or criteria established
by City. City also reserves the right to waive in%rmalities not involving price, contract time
or changes in the Work with the Successful Bidder. Discrepancies betwee� the multiplication
of units of Work and unit prices wiil be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any colutnn of figures and the carrect sum thereof will be resaI�ed
in favor of the correct sum. Discrepancies between words and figures will be resolved in favor
of the wards.
17.1.1. Any or aIl bids will be rejected if City has reason to believe tha# collusion exists among the
B:idders, 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 cantract or has defaulted on a previous contract, Bidder has performed a prior
contract in an unsatisfactary manner, ar Bidder has uncorr�pl�ted work which in the
judgment of the City will prevent ar hinder the prompt compietian of additional work if
awarded.
17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other
persons and organizations proposed for those portions of the Wark as to which the identity of
Su6contractors, Su�pliers, and other persons and organizations must be submitted as provided
in the Contract Documents or upon the request of the City. City also may consider the operating
costs, nnaintenance requirements, per%rmance data and guarantees of major items of materials
and equipment proposed for incorporation in the Work when such data is required Co be
submitted prior to the Notice af Award.
17.3. City may conduct such investigations as City deems necessary to assist in the eva(uation of any
Bid and to establish the responsibility, quaiifications, and financiaf ability ofSidders, proposed
Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work
in accordance with the Contract Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
17.5. Tf the Contract is to be awarded, it wilI be awarded to lowest responsible and responsive Bidder
whose evaluation by City indicat�s that the award will be in the best interests of the City.
GlTY OF FORT WORTH , '
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT . ,.
Temporarily Revised April 24, 202fl due to COVIDI9 Emergency
002! 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.6. Pursuant to Texas Government Code Chapier 2252.001, the City will not award contract to a
Nonresident Bidder unless ihe Nonresident Bidder's bid is Iower thar� the lowest bid submitted
by a responsible Texas Bidder by the same amount that a Texas resid�nt bidder would be
required ta underbid allonresideni Bidder to obtain a cotnparable coniract it� the state in which
the nanresidenYs principal place of business is located.
17.7. A contract is not awarded until 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 other act of City or others will constitute acceptance of a Bid. Upon
the contractor award a Notice of Award will be issued by the City.
17.7.1. The contractor is required to %Il out and sign the Certiiicate of Interested Parties Form
1.295 and the for�n mast be subnnitted to the Project Manager before the co�fract will
be presented to the City Council. The form can be obfained at
https:l.'►�tv.v.ethics.aYat�.tx.usldatalfarmsil�95/1�9a.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
1S. Signing of Agreement
181. When City issues a Notice of Award to fhe Successful Bidder, it wi11 be accompanied by the
required number of unsigned counterparts oi the Agreement. Within 14 days thereafter
Coniractor shall sign and deliver the required number of counierparts of the Agreement to City
with the required Bands, Certifcates of Insurance, and all other required docu�nentaiion.
18.2. Failure to execute a duly awarded contact may subject the Cantractor to penalties.
18.3. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH �
STANDARD CQNSTRUCTION SP&CIF[GATION pOCUMENT . .
Tem�orarily Iievised April 24, 2Q20 due to COVIDl9 Emergency
003115-0
ENGINEER PROdECT SCHEDULE
Page I of 10
SECTION 00 31 1�
EN6�E� RROJEC-'F �CH�BUL-E- -
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
l. General reyuirenaents for the preparation, submittal, updating, status reporting and
management of the Engineer's Project Schedule
B. Deviations from this City of �'ort Worth Standard Specifcation
1. None.
C. Related Specification Sections incluc�e, but are not necessarily limited to:
1. Division i- Generai Requirements
D. Purpose
The City of �`ort Worth (City} is corrimitted io delivering quality, cost-effective
infrastnacture to iis ciiizens in a timely manner. A key tool io achieve this purpose is a
properly structured schedule with accurate updates. This supports effective monitaring
of progress and is input to criiical decision making by the project manager throughout
the life of ihe project. Data from the updated project schedule is utiiized in status
reporting to various levels of the City organization and the citizenry.
This document complements the City's Standard Agreement to guide ihe Engineer in
preparing and submitting acceptable scheduIes for use by the City in project delivery.
The expectation is the performance of the work follows the accepted schedule and
adheres to the caniractual timeline.
The Engineer will designate a qualified representative (Projeci Scheduler) responsible
for d���(�ping and updating the schedule arid prepaxing status reporting as required by
the City.
1.2 PRICE AND PAYMENT PROCEDURES ��+
l
A. Measzu'etnent and Payment
1. Work associated with this Item is considered part ofi professional services and
Engineer will be compensated in accordance with the schedule of rates.
2. Non-compliance with this specification is grounds for City to withhold payment of
the Enaneer's invoices until Engineer achieves said compliance.
1.3 REFERENCES
A. Praject Schedtzles
Each project is represented by the City's master project schedule that encompasses the
entire scope of activities envisioned by tlae City to properly deliver the work. When the
City contracts with an Engineer ta perform engineering and design services, the
Engineer wili develap and maintain a schedule for iheir scope of work in alignment
C1TY OF FORT WORTH [Insert Project Name]
STANDARD SPECiFIGATION L�sert Project N�mber]
Revised JiJLY 20, 2018
OD3115-0
EAiGINEER PRbTECT SGHEDUI,E
Page 2 of ]0
with the City's schedule requirements as defined hereit�, The data and informatian of
each such schedule wi11 be le�veraged and become integral in the master project
— - �hedul�as�e�med�r.oPriate ��• the ['itv,s PrQj�Cqntro]_Snecialist_antLap}�xQve�
by the City',s Project Manager.
1. Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and �nilesiones for the toial project and be Critical Path Method {CPM} based. The
City's Project Manager is accquntable for oversight. of the development and
maintaining a master project schedule for each project. When th� City contracts for
the cEesign and/or constructian of the project, the master project schedule wiTl
incarporate elements of the Design and Construction schedules as deemed
appropriate by the City's Praject Control Specialist. The assigned City Project
Control Specialrst creates and maintains the naaster project schedule in P6 (City's
scheduling software}.
Engineer's Schedule
The Engineer is responsible for aeveloping and maintaining a schedule for the scope
of their contractual requirements. The Engineer will issue an init�al schedule for
review and accep�ance by the City's Project Control Specialist and the City's Praject
Manager, as a baseline schedule for Engineer's scope of work. Engineer will issue
current, accurate updates ofthair schedule (1'ro�ess Schedule} to the City at the end
of each month throughout the life of their work.
B. Schedule Tiers
The City has a portfolio of projects that vary widely in size, comple�ty and content
requiring different scheduling to effectively deIiver each project. The City uses a
"tiered" approach to align the proper scheduIe with the criteria far each project. The
City's Araject Manager determines the appropriate schedule tier for each project, and
includes ihat designation and the assaciated requirements in the �ngineer's scope of
work. The following is a summary af the "tiers".
1. Tier 1: Small Size and Short Duration Project (design not required)
The Ciry develops and maintains a Master Projact Schedule for the project. No
schedule submittal is required from Engineer. City's Project Control Specialist
acquires any necessary scheduIe status data or in%rmation through discussions wi#h
the respective party on an as-needed basis.
2. Tier 2: Small Size and Shart to Medium Duration Project
The City develops and maintains a Mastar Praject Schedule for the project. The
Engineer identifies "start" and "finish" �nilestone dates on key elements of their wark
as agreed with the City's Project Manager at the kickaff of their work effort. The
Engineer issues to the City, updates to the "start" and "fnish" dates for such
milestones at the enc! of �ach month throughout the life of their work on the project.
3. Tier 3: Medium and �,arge Size and/or Camplex Projects Regardless of Duration
The City develops and maintains a 1Vlaster Project Schedule far the project. Tk�e
Engineer deveTops a Baseline Schedule and maintains the schedule oftheir respective
scope of work on ttae project at a I�ve1 of detail (generally Level 3) and in alignment
CIT7' OF FORT WORTEI [Ittsert Project Name]
STtLNDARD SPECIFICATION [Insert Project Number]
Revised JIJLY 20, 2018
oa3i �s-a
ENGINEER PR07ECT SCI-IETJULE
Page 3 of 10
with the WBS struckure in Section 1.4.H as agreed by the Froject Manager. The
Engineer issues to #he City, updates of their respective schedule (Progress Schedule}
_ at_the_end. o�ea�ont�ughouttl�life-a�their_ ��rl�on��oj eci�
C. Schedule Types
Project delivery for the City utilizes two types of schedules 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 nt�anth) as a"progress"
schedule. The Engineer prepares and submits each schedule type (isted below to fulfill
their contractual requirements.
Baseline Schedule
The Engineer develops and sub�nits to the City an initial schedule for their work in
alignment with this specification. Once revtewed and accepted by the City, it
becames the "Baseline" schedule and is the hasis against which a11 progr�ss is
measured. The baseiine schedule will be updated when there is a claange or addition
to the scope of work impacting the duration of the work, and only after receipi of a
duly authorized amendment issued by the City. In the event progress is significantly
belund schedule, the City's Project Manager may authorize the updating of the
schedule to faciIitate a more practical evaluation of �rogress. An example oi a
Baseline Schedule is provided in Specification 00 31 15.1 Engineer Project
Sched�le — Baseline E�carriple.
2. Progress Schedule
The Engineer updates #heir 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 reflect the current stat�s of the
work at that point in time and is referred to as the "Progress Schedule". The City's
Project Manager and Froject Contt'ol Specialist reviews and accepts each progress
schedule. In the event a progress schedule is deerned not acceptable, th�
unacceptable issues are identified by the City within 5 working days and the
Engineer must provide an acceptable progress schedule within 5 working days after
receipt of non-acceptance notification. An example of a Progress Scheduie is
provided in Specification 00 31 l5_2 Engineer Project Schedule — Progress
Example.
1.4 CITY STANDARD SCHEDULE REQUIREMENTS
The following is an overview of the methodology for developing and maintaining a
schedule for delivery of a project.
A. Schedule Framework
The schedule will be based on the defined scope of work and follow the (Critical Path
Mefi.hodalogy) CPM m:ethad. The Engineer's schedule will align with the requirements of
this specification and be resource loaded to reflect their pian for execution. Overall
scheduIe dtiration will align with the contractual requirements for ihe respective scope of
work and be reflected in City's Master Project Schedule. The Project Numher and Name
of the Project is required on each schedule and must match the City's project data.
CITY OF FORT WORTI-� [Insert Project Name]
STANDARD SPEGIFICAT[ON [Insert Project l�Iumher]
Aevised dU7.Y 20, 2018
ao3i rs-a
HNGINEER PR07ECT SCHEdULE
Page 4 of 1 p
B. Schec�ule File Name
�11_sched�al�ssub�itte�o th� City�r_a_prQj�c�ill liave a fil� namP r_-hat�gin� r�thilte.
City's project number followed by the rtame of the project followed by haselane (if a
baseline schedule) or the year and month {if a progress schedule), as shown below.
� Baseline Schedule Fi1e Name
Format: City Project Number Project Name Baseline
Example: 101376 North Montgomery Street HMAC Baseline
� Progress Schedule File Name
Forrnat: City Project Nutnber Project Name YYYY-MM
Example: 101376 North Montgomery �treet HMAC 201$ O 1
� Project Scltedule Prograss Narrative File Name
�`ormat: City Project Num6er Project Name PN YYYY-MM
Exaznple: 101376 No�-th Montgomery Street HMAC PN 2018 D 1
C. Schedule Templates
The Engineer will uYiIize the relevant sections from the City's ternplates pro�rided in the
City's document management system as the basis for creatiz�g their respective project
schedule. Specifically, the Engineer's schedule will align with th� layout of the "Design"
and "ROW & Easement" and "utility" sections. The templates are iclentified by type of
project as noted below.
s Arterials
� Aviation
o Neighborhood Streets
• Sidewalks (later}
• Quiet Zones (later)
• Sireet Lights (later)
s Inter,section Improvements (later}
o par]cs
s Storm water
� Street Maintenance
� Traffic �
� Water
D. Schedule Calendar
The City's standard calendar for schedule development puiposes is based on a 5-day
workweek and accounts for the City's eight standard holidays (New Years, Marfin Luther
King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
Christmas}. The Engineer wili estabIis� a schedule calendar as part of the schedule
developrnent process and provide to the Project Control Specialist as part of the basis for
their schedule. Variations between the City's calendar and the �ngineer's calendar must
be resolved prior to the City's acceptance of their Baseline project scheduIe.
E. WBS & Milestone Standards for Schedule Development
The scope of work to be accomplished by the Et�gineer is represented in the sclaedule in
the form of a Work Breakdown Structure {WBS). T1�e WBS is the basis for the
CITY pF' P012T WORTH [Insert Project Name]
STANDARD SPECIFICATION [Insert Project AIumber]
Rer+ised JiILY 20, 201 S
0fl3115-0
ENGINEER PR07ECT SCHEDULE
page 5 of 10
development of the schedule activities and shall be imbedded and depicted in the
schedule_
The following is a surnmary oithe standards to be followed in preparing and nrzaintaining
a schedule for project delivery.
1. Engineer is required to utilize the Ciiy's �VBS structure and respectivc project type
template for "D�sign", "ROW & Easements" and "Uiilities" as shown in Section
1.4.H below. AdditionaI activities may be added to Levels 1- 4 to accommodate the
needs of the organization exectating the wark.
2. Engineer is required ta adhere to the City's Standard Miles�ones as shown in Sectiorz
l.4.I below. �ngineer will include additional milestones representing intermediate
deliverables as required to accurately reflect the work.
F. Schedule Aciivities
Activities are the discrete elements of work ihat mal�e up the schedule. They wi11 be
organized �ader the umbrella of the WBS. Activity descriptions should adequately
describe the activity, and in some cases #he extent of the activity. All actzvities are
logicaIly tied with a predecessor and a successor. The only exception to this rule is for
"project start" and "projec� finish" znilestones.
The aciivity duration is based on the physical amount of vs+ork to be per%rrr�ed for the
stated activity, with a maximum duraiion of 20 working days. If the work for any one
ac#ivity exceeds 20 days, break that activity down incrementally to achieve this duration
constraint. Any exception ta this requires review az�d acceptance by the City's Project
Control Specialist.
G. Amendment
When an Amendment is issued by the City, the impact is incorporated into the previously
accepted baseline scheduIe as an update, to same to clearly show impact to the project
timeline. The Engineer submits this updated baseline schedule to the City for review and
acceptance as described in Section 1.5 below. Updated �ase�ine schedules adhere to the
foIlowing:
1. Time extens3�ns associated with approved contract modifications are limited to the
actual amo�nt of `:me �he project activiiies are anticipated to be delayed, unIess
oiherwise approve:; by the Program Manager.
2. The updated baseline schedule is subrnitied by the Engineer within ten workdays
after receipt of the Amendtnent.
3. The changes in logic or durations approved by the Ciiy are used to analyze the impact
of the change and is included in the Amendment. The coding for a new activity(s)
added to the scheduIe due to the Atnendment includes the Amendment number in the
Activity ID. Use as many activities as needed io accurately show the work of the
Amendment. Revisions to the basetine schedule are not effective until accepted by
the City.
H. City's Work Breakdown Structure
CI7'Y OP FORT WOR'iH [I►�sert Project Name]
STANDARD SPECIFICATIOH [Insert Project Number]
Revised JLTLY 20, 2018
oo3t is-o
ENGRVEER PROJECT SCHEDULE
Page 6 of l0
WB� Code WSS Name
�L P�jeet_1�Talli�
XXX��.30 Design
XXXXXX.30.10
XXXXXX.30.24
XXXXXX30.30
XXXXXX.34.40
XXXXXX.30.54
XXXXXX.30.60
Design Engineer Agreement
Conceptual Design (34°/n)
Preliminary Design {60%)
Final Design
En�ironmental
Permits
XXXXXX.30.60.10 Permits - Identification
XXXXXX.30.b4.20 Permits - Review/Approve
XXXXX7X,40 ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.2a Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10 Utility Relocation Co-ordination
�:XXXXX.SU Constraction
XXXXXX.80.81
XXXXXX.8Q.$3
XXXXXX.80.85
XXXXXX.84.$b
XXXXXX.90 Closeout
XXXXXX90.10
x�xx9a.4o
Bid and Award
Construction Execttiion
Inspection
Landscaping
Construction Contract Cdose-out
Design Contract Closeout
�. City's Standard Milestones
The following milestone activities (i.e., important events on a project that mark ctitical
points in time) are of partic��tar interest to the City and must be ref(ected in the project
schedule far all phases of work.
Activiiv ID
Design
3020
3040
3100
3120
Activitv Name
Award Design Agreenrien�
Issue Notice 'To Proceed - Design �ngineer
Design Kick-ofFMeeting
Submit ConceptUal PIans to Utilities, ROW, Traffic, Parks, Storm Watar,
WaYer & Sewer
315Q Peer Review Meeting/Design Review meeting (technical)
3I60 Canduct Design PubTic Meeting #1 (required)
3170 Conceptual Design Complete
3224 Submit Preliminary PIans and Specitications to Utilities, ROW, Tra.f�c,
Parks, Stor�n Water, Water & Sewer
3250 Conduct Design Public Meeting #2 (required)
32b0 Preliminary Design Complete
3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Watar,
Water & Sewer
CTTY OF FORT WORTH [Insert Project Name]
STANDARD SPECIPICATION [Insert Praject Number]
Revised NLY 2Q 2Q18
0031 15 - 0
ENGITEEER PR07�GT SCHEDULE
Page 7 0€ ! 0
3330 Conduct Design Public Meeting #3 (if required)
3360 Final Design Complete
R��'. ���semen��
4000 Right af Way Start
�F230 Right of Way Complete
Utility Relocation
7000 Utilities Start
7120 Utilities Cleared/Complete
Construction
Sid and Award
siia
815Q
8240
Start Advertisament
Conduct Bid Operting
Award ConstrUction Contraci
Construction Egecution
8330 Conduct Construction Public Meeting #� Are-Constructian
8350 Canstruction Start
8370 Substantial Compleiio�n
8540 Construction Completion
9130 Notice of Completion/Green Sheei
9150 Construction Contract Closed
9420 Design Contract Closed
1.� SUBMITTALS
A. Schedule SubmittaI & Review
T�ae City's Project Manager is responsible for reviews and acceptance of tha Engineer's
schedule. The City's Project Control Specialist is responsible for ensuring alignment of
the Engineer's baseline and progress schedules witia the Master Project Schedule as
support to the City's Project Manager. 1'hc City reviews and accepts ar rejects the
schedule within ten workdays of Engineer's submittal.
Sclaedule Format
The Engineer will submit each schedule in twa electronic for�ns, one in native file
format (.ace�, .xmi, .mpx) and the second in a pdf ����at, in the City's document
management system in the location dedicated for 4'��i �urpose and identified by the
Project Manager. In the event the Engineer does na tkse Primavera P6 or MS Project
for scheduling purposes, the schedule informatian itnust be submitted in .xls or .�sx
fortnat in compliance with the sample layouY (See Specification 00 31 15.1 Engineer
Project Schedule Baseline Exannple}, including aciivity predecessors, successors, and
total float.
2. I�itial & Baseline Schedule
The Engineer will develop their schedule for their scope of wark and submit their
initial schedule in electronic form (in the file formats noted above), in the City'�
document management system in the location dedicated for this purpose ivithin ten
workdays of the Notice ofAward.
Ti�e City's Project Manager and 1'roject Control Specialist review this initial schedule
to determine alignment with the City's Master 1'roject Schedule, including format &
! CITY OF FQRT WdRTE3 [Insert Project Mame]
STANDAIiD SPECIFICATION [Tnsert Project Number]
� � Revised J[JLY 20, 2018
OD 31 15 - 0
ENGINEER PROJECT SCHEDULE
Page S of ]0
WB S structure. Following the City's review, feedback is provided to the Engineer %r
their use in finaiizing their initial schedu�e and issuing (within five workdays) their
B�seli.n�chedul��na1_revi�s�aud a�c��tanc_e_ b� tl�Ci�
3. Progress Schedule
The Engineer wiii update and issue their project scheduIe (Progress Schedule) hy the
last day of eacia mo�th throughout the lrfa of #heir work on the projec#. The Pragress
Schedule ts submitted in electronic form as noted above, in the City's document
management system in the location dedicaied far this purpose.
The City's Project Contral team reviews each Progress Schedule for data and
information that support the assessment of the update to fhe schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
comt�zunicates directly with the Engineer's scheduler for providing same. The
Engineer re-submits the corrected Progress Schedule witlafn S workdays, follawing tk�e
submitta� process noted above. The City's Project Manager and Project Control
Specialist review the Engineer's progress schedule for acceptance ana to monitor
perfo�nance and progress.
The following list of iiems are required to ensure proper status information is contained in
the Pragress Schedule (See Specification 00 31 15.2 Engineer Project Schedule Progress
Example}.
� Baseline Start date
� BaseIine �'inish Date
� % Complete
a Float
� Activity Logic (dependencies)
� Cri�ical Path
� Activities added ar deleted
s Expected Finish date
� Variance to the Baseline Fin�sh Da#e
B. Monthly Engineer Status Repart
The Engineer submits a written status report (referred ta as a progre5s narrati�ej at the
end of each manth to accompany the Progress Schedu�e submittal, using the standard
farmat pro�ided in Specification 00 3.1 I5.3 Engineer Project Schedule Progress
Narrati�e. The content of the Monthly Engineer Status Report should be concise and
camplefe to:
• Reflect the current status of the work for the reporting period (inclucfing actual
activities started andlor cornpleted dUring the reporting period)
A Explain variances from the baseline on critical path actit�ities
• Explain any poteniial schedule confli�fs or delays
� Describe recovery p�ans where appropriate
a Provide a summary forecast of the work ta be achieved in the next reporting period.
C. SubmittaF Process
� Sched�les and Monthly Engineer �tatus Reparts are submitted in Buzzsaw following
the steps outlined in Specification 00 32 15.4 �ngineer Project Schedule Submittal
Process.
CITY OF PORT WORTH [Insert Project Name]
STANDf�RD $pECIFICATI01+! [Insert Project Number]
Re�ised.,TULY 20, 2018
�
�C
F
�
�
00 31 15 - 0
ENGINEEA PR07EGT SCHEBULE
Page 9 of 10
� Once the project has been completed and �inal Acceptance has been issuec! by the
City, no further progress schedules or monthly status reports are required from the
Engineer.
1.6 ACTION SUBM�TTALSIINFORMATIONAL SLIBMITTALS [NOT US�D]
L9 CLOSEOUT SUSMITTALS [NOT USED]
� 1.$ MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
' 1.9 QUALTl'Y ASSURANCE
� A. The person preparing and revising the Engineer's Project Schedule shall be experienced
in #he preparation of schedules of similar comple�ty.
B. Schedule and supporting documents addressed in this Speciiication shall be prepared,
� updated and revised to accurately reflect the performance of the Engineer's scope of
work.
C. The Engineer is responsible for the quality of all submittals in this section meeting the
� standard of care for the constt'uction industry %r similar projects.
' 1.14 DELNERY, STORAGE, AND HANDLING [NOT USED]
+ 1.11 FIELD [SITE] CONDITIONS [NOT USED]
€
' 1.12 WARRANTY [NOT USED]
� 1.13 ATTACHMENTS
Spec 00 31 15. � Engineer Project Schedule Baseline Exarnple
Spec 00 31 15.2 Engineer Project Schedule Progress Example
�Spec 00 31 153 Engineer Project Schedule Progress Na�-rative
� Spec OQ 31 15.4 Engineer Project Schedul� Submittal Process
1
€ PART � - PRODUCTS [NOT USED]
� PART 3 - EXECUTION [NOT U�ED]
;
END OF SECTYON
�
. C1TY OF FORT WORTH [Insert Project Name]
� STANDARD SPEC�ICAT[ON [�nsert Project Number]
�' Aevised NLY 20, 2018
�
003115-0
ENGINEER PR07ECT SCHEDULE
Page 10 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD $�FCIFICATIO�i [fnsert Project Number]
Revised JLTLY 20, 2U1$
oo3z�s-o
CONSTRUCTION PROGRESS SCIIEDULE
Page 1 of 10
SECTION UO 3� 1S
�QNST1�i�C-T-IAI�PR�J�CT- S£��DL3L--� -- — — - —
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Canstruction Project Schedule
B. Deviations firom this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily lirraited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Contract
2. Division l— General Requirements
D. Purpose
The City of Fort Worth (City) is committed to delivering quality, cost-effective
infrastructure to its citizens in a timely manner. A key tool to achieee this purpose is a
properly structured schedule with accurate updates. This supports effective monitoring
of pragxess and is input to criticaI decision making by the project manager th�'oUghout
the life ofthe project. Data from the updated project schedule is �tilized in status
reporti�ag to various levels af the City organization and the citizenry.
This Document complements the City's Standard Agreement to guide the construc#ion
contractor (Contractor} in preparing and submitting acceptable schedules for use by the
City in project delivery. The expectation is the perforrnance of the work follows the
accepted schedule and adhere to the contractual iimeline.
The Contractor will designate a quaIified representative (Project Scheduler) responsible
for developing and updating the schedule and preparing status reporting as required by
the City.
1.2 PRICE AND PAYMENT PROCEDiTRES
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 CYe�n.
2. Non-compliance with this speciiication is grounds far City to withhold payment of
the Contractoz's invoices until Contractor achieves said compliance.
1.3 REFERENCES
A. Project Schedules
Each project is represented by City's master pro,�ect schedule that enco�npasses the
entire scope of activities envisioned by the City to properly deIiver the work. When the
City contracts with a Contractor to perfortn construction of the Work, the Contractor
C1TY OF FORT WORTH [Insert Project Name]
STANDARD SPEC�ICATION [[nsert Project Number]
Revised J[TLY 20, 2018
003215-Q
CONSTi2UCTION PROGRESS SCHEDUI.E
Page 2 of ] 0
wi11 develop and maintain a schedule for their scope af work in aligrnment with the
City's standard schedule requirements as defined herein. The data and informatio� of
�h�ucpLs�h�d�ale�iILb�i�-ag�d�3 b�am�int�gralin�m�ste�nr�t-
schedule as deemed appropriate by the City's Praject Control Specialist and approved
by the Ciiy's Froject Manager.
Master Project Schedule
The master project schedule is a hoiistic representa#ion ofthe scheduled activities
and milestones for the total project ar�d be Critical Path Method (CPM) based. The
City's Project Manager is accountable for oversight of the develapment and
maintaining a rnaster project sch�dule for each project. When the City contracts for
the design and/or construcYion of the project, the master project schedule will
incorporate elements of the Design and Construction schedules as deemed
appropriate by the City's Project Control �pecialist_ The assigned City Project
Control Specialist creates and maintains the master groject schedule in P6 (City's
scheduling software}.
Construction Schedule
The Contractor is responsible for developing and maintaining a schedule for the
scope of the Contractor's coniractual requirements. The Cantractor e�vill issue an
initial schedule for review and acceptance by the City's Project Control Specia�ist
and fhe City's Project Manager as a baseline schedule for Cantractor's scope of
work. Contractor wi11 issue current, accurate updates of their schedule (Progress
Schedule) to the City at the end of each month throughout the life of their work.
B. Schedule Tiers
The City has a gortfolio of projects that �vary widely in size, complexity and content
requiring c�ifferent scheduling to effeciively deliver each project. The City uses a
"tiered" approach to align the proper schedule with the criteria far each project. The
City's Project 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: Small Size and Short Duration Project (ciesign not required}
The City develops and maintains a Master Praject Schedule for the project. No
schedule submittal is required from Contracior. City's Project Control Specialist
acquires any necessary schedule status data or inform�tion through discussions with
t�te respective party on an as-naeded basi,s.
2. Tier 2: Small Size and Short to Mediurn Duration Praject
The City develops and maintains a Master Project Schedule for the project. The
Contracfor identifies "start" and "finish" milestone dates an key elements nf their
work as agreed with the City's Project Manager at the lackoffoftheix work effort.
The Contractor issues to ttae City, updates to the "start" and "fmish" dates for such
miiestones at the end of each month throughout the life of th�ir work on the project.
3. Tier 3; Mediurn and Large Size andlor Corr�plex Projects Regardless af Duration
The City develaps and maintains a Master Project Schedule for the project. The
Contractor develops a Baseline Schedule and maintains the schecEule of their
respective scope of work on the project at a level of detail (generally Leve13} and in
C1TY OF FORT WOI2TH
STANDARD SPECIPICATIOAI [Insert Project Name]
Revised J[JLY 2Q, 20 [ 8 [Insert Project Number]
003215-0
COMSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
atignment wi#h the WBS str�tcture in Section 1.4.H as agreed by the Project Manager.
The Contractor issues ta the City, updates of their respective sclaedule (Progress
Schedule�a�the end--g�eac�tnion�tliroughoutthe�.if�_.of�hei�wor-�e.pr�ject�
C. Schedule Types
Froject delivery for the City uti�izes two types of schedules 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"
sc�aedule. The Contractor prepares and submits each schedule type to fulfill their
contractual requirements.
1. Baseline Schedule
The Contx'actor develops and submits to the City, an initial schedule for their scope
af work in aiignment with this speciiication. Once reviewed and accepted by the
City, it beconnes the "Baseline" schedule and is the basis agaiz�st which a11 progress
is measured. The baseline sched�le will be updated when tnere is a change or
addition to the scope of work impacting tlae duration of the work, and only after
receipt of a duly authorized change order issued by the City. In the event progress is
signifieantly behind schedule, the Cify's Project Mat�ager may authorize an update
to the baseli ne schedUle to facilitate a mare practical evaluaiion of progress. An
example of a Baseline Schedule is provided in Specification 00 32 15.1
Construction Praject Schedule Baseline �xample.
2. Progress Schedule
T�ae Contractor updates their schedule at the end of each month to represent the
progress achieved in the work which itzcludes any impact from authorized changes
ir� the work. The updated schedule must accurately reflect the current status af the
work at that point in time and is referted to as the "Progress Schedule". The City's
Pz'aject Manager and Project Contro� Specialist reviecrvs and accepts each progress
schedule. In the event a progress schedule is deemed not acceptable, the
unacc�ptable issues are identified by the City witlun 5 working days and the
Contractor must provide an acceptable progress scY�edule within 5 working days
after receipt of non-acceptance notification. .4n example of a Progress Schedule is
provided in Speciiicatian QO 32 15.2 Co�siruction Project Schedule Progress
Example.
1.4 CYTY STANDARD SCHEDULE REQUIREMEI3�TS
The fallovwing is an overview of the methodology for developing and maintaining a
schedule for delivery of a project.
A. Schedule Framework
The schedule will be based on the defined scope of work and follow the (Critical Path
Methodolagy} CPM mett�od. The Contractor's sclaedUle will align with the requirements
of this speci�cation and will be cost laaded to reflect their plan far execution. Overall
schedule duration will align with the contraci�al requirements for the respective scope of
work and be ref�ected in City's Master Project Schedule. The Pz'oject Number and Nanne
of the i'roject is required on each schedule and must xnatch the City's project data.
B. Schedule F"ile Name
C1TY OF FORT WORTH [Insert Project Name]
STANDATLD SPECIFIGATION [Insert Project Number]
Revised JiTLY 20, 2018
003215-0
CONSTRUCTIOIY PROGRESS SCHEL]ULE
Page 4 of 1D
AIl scheduIes submifted to the City for a projeci will have a fIe name that begins with the
City's project �u�rr$er foilowed by the rtume of the project followed by baseline (if a
-- - ha�eline�hedule�or�e�an�ontfi_(if_a_pro�res�_s.chedu]e� .as �Q�b�w
� Baseline Schedule File Name
Forrnat: City Project Number Project Name Baseline
Exarnple: 10 �376 North Mantgomery Street HMAC Baseline
� Progress Schedule File Name
Format: City Project Number Praject Name YYYY-1VIlVI
Exair►p�e: 101376_North Montgomery Stteet I IMAC 241 S Ol
� Project Schedule Progress Narrative File Name
Format: City Project Number Project Na�ne FN YYYY-MM
Example: 101376 North Montgomery Street HMAC PN 2018 O1
C. Schedule Templates
The Contractor wil� utilize the relevant sections from the City's templates provi[�ed in �e
City's document management systam as the basis for creating their respective projeci
schedule. Specifically, flie Contractor's scheduIe will align with the layaut of ihe
Consiruc#ion s�ction. TI�e templates are identified by type of project as noted belovc�.
0 Arterials
� Aviation
� Neighbarhood Streets
� Sidewalks (Iater)
� Quiet Zones (later}
• Street Ligh�s (later)
� Intersection Improvemenis (]ater)
0 Parks
s Storm water
� Street Maintenance
a Traff'ic
e Water
D. Schedule CaIendar
The City's standard calendar for schedule development purposes is based on a 5=day
workweek and accounts for the City's eight standard holidays (New Years, Martin Luther
King, Memorial, Independence, Labor, Thanksgiving, day after Tl�anksgiving,
Christtnas). The Contractor wiil establish a schedule calendar as part of the schedule
develapment process and provide ta the Project Control Speczalist as part of the basis for
their schedule. Variations between the City's calendar and the Contractor's calenda�-
must be resolved prior to the City's acceptance of their BaseIine project schec�ule.
E. WBS & Milestone Standards for Schedule Development
The scope of work to be accomplished by the Contractor is represented in the schedule in
the farm af a Wark Breakdown Structure {WBS). The WBS is the basis for the
develapment of the sched�le activities and sk�all be imbedded anc! clepicted in the
schedule.
C1TY OF FORT WOItTH [Insert Project Name]
STANDARD SPECIFFCATION [[nsert Project F�Tumber]
Rcvised T[ILY 20, 2018
003215-0
COA[STRUCTION PROGRESS SCHEDULE
Page 5 of l0
The following is a summary of the standards to be followed in preparing and maintaining
a schedule for project delivery.
1. Contractor is requu'ed to utilize the Citty's WBS structure and respect�ve project type
template for "Construcfion" as shown in Section 1.4.H below. Additional activities
may be added to Levels 1- 4 to accommodate the needs af the organizaiion executing
the work. Specifically the Contractor wi11 add activities under WBS XXXXXX.80.83
"Construction Execution" ttiat delineates the aetivities associated with the various
components of ihe work.
2. Contractor is required to adhere to t�e City's Standard Miles#ones as shown in
Sectian 1.4.I below. Contractor wi11 include additional milestones representing
intermediate deliverables as required to accurately reflect their scope of work.
F. Schedule Activities
Activities are the discrete elements of work that make up the schedule. They wilI be
organized under the umbreila of the WBS. Activity descriptions should adequately
describe the activity, and in some cases the e�ent of the aciivity. All activities are
logically tied v►+ith a predecessar and a successor. The only exception to this rule is for
"project start" and "project finish" milestones.
The activity duration is based on the physical amount of work to be performed for the
stated activity, with a maximum duration of 20 working days. If the work for any one
activity exceeds 20 days, break that activity down incrementally to achieve this duration
cons#raint. Any excaption to this requires review and accepiance by the City's Project
Control Specialist.
G. Change Orders
When a Change Order is issued by the City, the impact is incorporated into the previously
accepted baseline schedule as an update, to clearly show impac# to the project timeline.
The Contractor submits this updated baseline schedule to the City for review and
acceptarice as described in Section 1.5 below. Updated baseline schedules adhere to the
following:
1. Tiz�ne extensions associated with approved contract modificatians are limited to the
actual amouni of time the proj ect activities are anticipated to be delayed, unless i
otherwise approved by the Program Manager.
2. The re-basalined schedule is submitted by the Contractar within ten �vorkduys after
tlae date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added ta the schedule for the Change Order includes the Change Order number in the
Activity 1D. Use as many activities as needed to accuraiely shaw the work of the
Change Order. Revisions to the baseline schedule are not effective uniil accepted by
the City.
H. City's Work Breakdown Structt�re
CITY OF FOAT WORTH [Insert Project Name]
STANDARD SPECIFICATION [Insert Project Nurnber]
Revised .liJLX 20, 2d18
003215-0
CONSTRUCTION PROGRESS SCI�DULE
Page 6 of 10
WBS Code WBS Name
— �XxXXX p-�e,jec�Na�e _. � _
XXXXXX.30 Design
XXXXXX30.10 Design Contractor Agreement
XXXXXX30.20 Conceptual Design (30%)
XXXXXX.3034 Prelirninary Design (60%)
XXXXXX.30.40 Final Design
XXXXXX.3Q.50 Environmental
XXXXXX.30.60 Fermits
XXXXXX.30,60.10 Permits - Identification
XXXXXX.30,6024 Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.20 Condemnation
7�XXXXX.'�0 Utility Relocation
XXXXXX.7U. I O Utilify Relocation Co-ordination
�:XXXXX.80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
XXXXXX.80.85 Inspection
XXXXXX.80.86 Landscaping
��XXXXX.90 Closeout
XXXXXX.90.10 Construction Contract Close-out
XXXXXX.90.40 Design Contract Closure
I. City's Standard Milestones
The following milestone activities (i,e., im�ortant events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of wark.
Activi[v ID
Design
3020
3�40
3100
312�
3150
31b0
3170
3220
3254
3260
C1TX OF FORT WORTH
STANDARD SPECIFICATION
Revised JULY 20, 20 E 8
Acfi�ity Name
Award Design Agreement
Issue Notice To Proceec� - Design Engineer
Design Kick-off Meeting
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
Peer Re�iew Meeting/Design Review meating {technical}
Conduct Design Public Mee�ing #1 {required}
Concapival Desi� Complete
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
Cor�duct Design Public Meeting #2 (required}
Preliminary Desigi Complete
[Insert Prnject Name]
[Insert Project Number]
aa32 is-o
CONSTRUCTION PROGRESS 3CI�E�ULE
Page 7 of 10
3310 Submit �'inal Design to LTtilities, ROW, Traffic, Parks, Storin Water,
Water & Sewer
333� Co�dtte# Desigir�Mee�tg#3-(-�€�eqture�) —
3360 Final Design Complete
R4W & Easements
4000 Right of Way Start
4230 Right of Way Complete
Utility Relocation
7000 Utilities Start
712Q Utilities Cleared/Complete
Construetion
Bid and Award
8110 Start Advertisement
8150 Conduct Bid Opening
8240 Award Construction Contract
Construction Exeeution
5330 Conduct Construction Fublic Meeting #4 Pre-Construction
8350 Construction Start
8370 Substantial Completion
8540 Constr�ction Completian
9130 Notice of CompletionlGreen Sheet
9150 Construction Contract C�osed
9420 Design Contract Closed
1.� SUBMITTALS
A. Schedule Submittal & Review
The City's Froject Manager is responsible for reviews and acceptance of the Contractor's
schedule. The City's Project Control Specialist is respa;nsible for ensuring alignment of
the Contractor's baseline and progress schedules with the Master Project Schedule as
support to the City's Project Manager. The City reviews and accepts or rejects the
schedule within ten workdays of Contractor's submittal.
Schedule Format
The Contractar will submit each schedule in two electronic forms, one in native fiie
format (.xer, .xrrtl, .rrapx) and the second in a pdf format, in the City's document
management system in the lacation dedicated for tl-�is purpose and identiiied by the
Froj ect Manager. In ihe event #he Contractor does not use Primavera P6 or MS
Proj ect for schedu�ing purposes, the schedule infartnation must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification 00 32 115.1
Construction Project Schedule Baseline Example), including activity predecessars,
succassors and total fioat.
2. Initial & Baseiine Schedule
The Cantractor will develop their schedule for their scape of work and submit their
initial schedule in electronic farm (in the �le formats noted above), in the City's
document managernent system in the locatian dedicated for this purpose within ten
wo�kdays of the Notice ofAward.
C1TY OF FORT WORTH
S'1'ANDARI3 SPECIFIGATION
Revised NLY 20, 201 S
[Inserf Project Namej
[Insert Project Number]
I
003215-0
CONSTRUCTION PROGRESS SCHEDUL@
Page 8 of tQ
The City',s Project Manager and Project Control Specialist revie�v this initial schedule
to deterinine alignment with the City's Master Project Schedule, including format &
— —. �BS str_us,t�u'�. Eoll�ing-th�Cit�'s_-r��cie�,�'eedbask_is�rovided tQ #h�C4ntr�%s
for their use in finalizing their initial schedule and issuing (within fve workdays) �eir
BaseIine Schedule for final review and acceptance by the City.
3. Pragress �chedule
The Contractor will update atid issue their project schedule (Progress Schedule} by the
last day of each month tlu-oughout the life of their work on tk�e project. The Progress
�cheduie is submitted in electronic form as noted above, in the City's document
management system in the location dedicated far this purpose.
The City's Project Control team reviews each Progress 5chedule for data and
infarmation that support the assessment of Yhe update to the schedule. In the event
data or infotma#ion is missing or incomplete, the Project Controls Specialist
communicates directly wzih the Contractor's scheduler far providing same. The
Contractar re-submits the corrected Progress Schedule wrtfain S workdays, fallowing
the submittal process noted above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule far acceptance and to monitor
performance and progress.
The following list of items are required to ensure proper status infarmaiion is
contatned in the Progress Schedule.
� Baseline Start date
o Baseline Finisla Date
s % Complete
� Float
� Activity Logic {dependencies}
s Critical Path
� Activities aclded or deleted
� Expected Baseline Finish date
• Variance �o the Base�ine Finish Date
B. Monthly Construction Status Report
The Contractar submits a written status reporf (referred to as a progress narrative} at the
end of each month to a�company the Progress Schedule sub�tnittal, using the standard
farmat provided in Specification 00 32 I5.3 Canstruction Project Schedule Progress
Narrative. The content of the Construction Project Schedule Progress Narrative should
6e concise and complete to:
� Reffect the current status of the work for the reporting period (inciuding actual
activities started and/or compTeted during the repotting period)
s Explain variances from the baseline on criticai path activities
� ��Iain any patential schedule conflicts or delays
o Describe recovery plans where appropriate
s Provide a summary forecast of the work to be achieved in the next reporting period.
C. Submittal Process
CITX OF FORT WORTH
STAIdDARD SPECIFICATION [�sart Project Name]
Re�ised JULY 20, 2018 [inseR Project Number]
003215-0
CONSTRLTCTION PROGRESS SCHEDULE
Page 9 of 10
�
�
�
• Schedules and Monthly Construction Status Reports are submitted in Buzzsaw
foilowing the steps auilined in Specification 00 32 15.4 Construction Project
- �ck�d�le �t��nittal- P-resgss.- - - —
s Once the projeci has been completed and k'inal Acceptance has been issued by the
City, no further progess schedules or construction status reports are required from
ihe Cantractor.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [N�T USED]
1.i CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
f
� 1.9 QUALITY ASSiTRANCE
� A. The person preparing and r�vising the Contractor's Project Schedule shall be
experienced in the preparation of schedules o� 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
3 work.
C. The Contractor is responsible for the quality of aU submittals in this section meeting the
? standard oicare far the construction industry for similar projects.
s
f 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1 1.1.1 FIELD [SITE] CONDITIONS [NOT USED]
S
� 1.12 WARRANTY [NOT USED]
s 1.13 ATTACHMENTS
; Spec 00 32 15.1 Construction Project Schedule Baseline E�tnple
Spec 00 32 15.2 Construction Project Schedule i'rogress Example
� Spec 00 32 15.3 Canstruction Project Schedule Progress Narrative
} Spec 40 32 15.4 Construction Project Schedule Subtnittal Process
�
PART � - PRODUCTS {NOT USED�
i
' PART 3 - EXECUTI4N [NOT USED]
�
b
_f
�
�
S
END OF SECTION
� CITY OF FORT WORT�i [Insert Project Name]
• STANDARD SPEClFTCATIOPi [Insert Project Number]
' Revised JIJLY 20, 2018
¢
003215-0
CONSTItUCTIdN PAOGRESS SCHEI}ULE
Page 10 of 10
C1T'Y OF FORT WORTH [Insert Project Name]
STANDARD SPECITICATION [Htsert Project �Tum6er]
Revised )ULY 20, 20t 8
00 35 13
COiVFLICT OF INTEREST STATEMEiV7"
Page 1 of 1
�
�ECTION 00 3� 13
CONFLICT OF INTEREST STATEMENT
3 Each bidder, offeror or respondent to a City of For� Worth procurement is reyuired to complete a
4 Conflict of Interest Questionnaire or certify that one is current and on file with ihe City
S Secretary's Office pursuant to state Iaw.
6 If a member of the Fort Warth Czty Council, any one ar more of the City Manager or Assistant
7 City Managers, or an agent af the City who exercises discretion in the planning, recommending,
S selecting or contrac�ing with a bidder, offeror or respondent is affiliated with your cornpany, then
9 a Local Government Officer Conflicts Disclosnre State�ent (CIS) may be required.
10
11
12
13
14
You are urged to consult vc�ith counsel �regarding the applicability of these forms and Locai
Government Code Chapter 176 to yoUr cornpany.
The referenced forms may be downloaded from the lrnks provided below.
https://www.ethics. sCate.tx. u s/data/forms/eon�ict/CIQ.ndf
IS h�tp�'IIL. ..Ptkll�'�::1tr . .���/daiai�crms�, .n�l+ctlt iS.�c�_
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secrefary
CIS Form does nat apply ,
CIS Form is on File with City Secretary
CIS Form is being provided to Che City Secretary
16
BIDDER:
2L Construction
Company
PO Box 397
Address
Rhome, TX 76078
City/State/Zip
17
18
By: Harmon R Fisher III
(Plejase Print)�
,� '
Signature: ," ' �
�:-..�., �.�-� _�
Title: President
{Please Print)
END OF SECTION
CITY OF FORT WORTH " �
STANDARD CONSTRUCTiON SPECiFCCATiON DOCUMENTS , , -
Revised February 24, 202d
vo a� o0
BID FORM
Page 1 ot 3
TO: The Purchasing Manager
c/o: The Purchasi�g Division
200 Texas Street
City of Fort Worth, Texas 7B1D2
17i1:i�
City Project No.: '100637
SECTION 00 41 00
BID FpRM
Pedestrian Sidewalk Impravements MiflerAvenue
Mansfeld I-lwy. to Chicksaw A�e.
Unitsl5ections: UNl1" 1- Sidewalk Improvements on Miller A�e. from Mansfield Hwy. #o Chicksaw Ave.
1. Eroter into Agreement
The undersigned Bidder proposes and agrees, if fhis Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perForm and furnish all Work as specifed or indicated in the Contracf Documents
for the Bid Price and within the Confracf Time indicated in this 8id and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions vf ti�e INVITATION TO BIDDERS and
INSTRUCTiONS TO BIQDERS, including without limitation those dealing with the disposition of Bid Bond.
22. Bidder is aware of all costs fo provide the required insurance, will do so pending contract award, and will
pravide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
indi�idual or entity and is not submitted in conformity with any collusi�e agreement or ruies of any group,
assaciation, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.�. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudufent, collusi�e, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, recei�ing, or soliciting of any thing of �alue likely to
influence #he action of a public official in the bidding process.
b. "fraudulent pracfice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detrimenf of Giiy (b} ta establish Bid prices at artificial non-competitive
fe�efs, or (c) io deprive City of the benefits of free and open compe#ifion.
c. "collusi�e practice" means a scheme or arrangement befween two or mare Bidders, wifh or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirecfly, persons or their
property to influence their participafion in the bidding process or affect #he execution of the
Contract.
CITY O� FORT WORTH
STANDAi2D CONSiRUCTION SPECIFICATIDN �OCUMENTS Pedestrian Sidewalk Impro�emenis Miller Avenue
Form Re�ised March 9, 2020 CPN: 100637
0o- ai o0
BID FORM
Page 2 oF 3
3. Prequalification
The Bidder acknowEedges that the following work types must be performed only by prequalifec! contractors and
subconfractors:
a. Roadway and Pedesfrian Lighting
b. Water Distrifoution, Urban and Renewal, 8-inc� diameter and smaller (water meter adjustmenfs)
4. Time of Completion
4.1. The Work will he complete for Final Acceptance within days after fhe date when the
#he Contract Time commences fo run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated darr�ages in the event of failure #o complete
the Work {and/or achievement of Milestones} within the times specified in the Agreemenf.
5. Attached to this Bid
The foflowing documents are attached io and made a part of this Bid:
a. This Bid Form, Section DO 41 DD
b. Reguired Bid Bond, Section 00 43 13 issued by a surefy meeting the requirements of Paragcaph
5.01 of the General Conditions.
c. Propossl Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section OD 43 37
e. MWBE Forms (o�tiona� at time of bid)
f. Prequali�ication Statement, Secfian OQ 45 42
g. Conflict of Interest Statement, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided direcfly fo City Secretary
h. Any additional documents that may be required by Section 12 of the Instructians to Bidders
fi. Total Bid Amount
6.i. Bidder will complete the Work in accordance with the Contract Documents for the following bid amouni. In
#he space provided below, pfease enier the tota] bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount enfered below is
subjecf to verificaiion andlor modification by multiplying the unit bid prices for each pay item by the respective
esiimated quantiiies shown in this proposal and then totaling al! of the extended amounts.
6.3. Total Bid
�' ,'� . � r
CITY OF FORT WORTH
STAN�AR� COIVSTRUCTION SPECIFICATION �OCUMENTS
Form Revised March 9. 2620
Pedestrian Sidewalk Improvements Mifler Avenue
CPN: 100637
ao a� ao
B1D FORM
Page3of3
�'. Bid Submit#al
This Bid is submitted on � q�m t� `� -,�Ze� :Zt�.w _r _ by the entity named below.
Respecffully�u�fnitte� , ;'
, .
i ' � ' i
By: � _
. Signature)
��M..r���m�.�vn tZ ��5�..c�^ � RR
_.�..�..�._.._.� .
(Pr�nted Name)
7itle:. �V.��-�--ta.-�m'�'
Company: � (., �""` . �, , M.:,. �.
- - _ -+C� � �IC �}t ��°,�!6� �k �
� �.._..
Address � ���"
� . �� ; �
,
` ��'� � � X /�;..€�_.�� �_�._.�_....__ __.,__.�. n . � �. ;
'�,� .�ti mti.:,V'R
Siaie of Incorporakion: "����,� '� � �.k
_ _.._ _...,� _ _ .....--- .:....
Email: .i� ��. � ���r���'��.� � ��. �_ '�'_'�=���-:
._ _-�.w,,s�� ���w,�„ ��;
Phone:�' �'�fi���j _-��;� ,•a� ,.., �;
END OF SECTION
Receipt is acknowledged of #he Initial
following Addenda:
Addendum No. 1: ,-
Addendum No. 2:
Addendum IVo. 3:
Addendum No. 4:
Corporate Seal:
CITY OF FORT WORTH
STAN�ARD CONSTRUCTIOiV SPECI�ICATfOiV DOCUNfEIVTS Pedestrian Sidewalk Improvements Milier Avenue
Form Re�ised March 9, 2020 CPN: 100637
SECTiON DO 42 43
PqOPOSALFORM
u�vi � ��i�� �i�
END OF SECI'lON
C1TY OP lYlkl' WCIRTH
STANUAIiI] [ohc�'RVC710N SPECR�ICAi[ONDOCUMENiS
Pomi Revised2012�120
ao az a3
SmPROPOSAL
Pagc f of 7
I�idder`s �pplica�ion
Palcsln.vn Stlewalk ImpmvementsMille�qv��u�
/'PN: I�S;i]
.aklen�um PI
Bid Bond
SURETY DEPARTM�NT
Conforms with the American Institute of
Architects, A.I.A Doc�ments No. A-310
KNOW ALL MEN BY THESE PRESENTS,
That we, 2L Construction, L.L.C. as Principa] hereinafter called the Principal, and FCCI insurance Comuanv a corporation
created and existing nnder the laws oFthe State of Florida whose principal office is rn Richardson, TX as Surety, hereinafter
cal�ed the Surety, are held and firn�ly bound unto Citv of Fort Worth as Obligee, hereinafter called the Qbligee,
in the sum of �'i�e Percent of the Greatest Amount Bid Dollars {5% GAB) far the payment of which sum, well and truly to
be made, the said Principal and the said Surety, bind oursel�es, our heirs, executars, administrators, successors and assigns, jointly
and severaliy, firmly by these presents
Whereas, the Prrncipal has submitted a bid for Co�€crete 5idewalk Repairs
NOW, THEREFOR�, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as rnay be specifed in the bidding or co�t�act
documents with good and sufficient surety for the faithful performance of such contract and Far the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such
bond or bonds, if the Principal shail pay to the Obligee the difference not to exceed the penalty hereof between the amouni
specifiecE ir� said bid and such larger amount far which the ObHgee may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be nu[l and void, otherwise to remain in ful� force and effect
Sign�d and sealed this 8th day of October, 2020
2L Construction, L.L.C„
� (Principal)
I,
By ` ,• `/ �(SE�L}
FCCT Tnsurance C'o�ny
{Sur�ty)
B� r -, I�r .`� (SBAL)
. �
, ray Jordan, Attorney-in-fact
��� �� I]VSURANCE
GROCIP
More th�n a �olicy. Apromise.
C�ERIE�iL POV�E�t �F A'T'T�L�N�Y
Know a(f inen by these �resents: That the FCCI Insurance Company, a Corporation organized antE exisfing under
the laws of the State of Florida (th� "Corporation"} does make, constitut� and appoint:
Mistie Beck; Rabert G Kanuti�; Robert .J Shuya; Jay Jordan; Tony Fierra; Johnny Mass; Jeremy earnett; Jade Porter; Jarrett Willson;
Jack Nottingham
Each, ifs true and lawful Attorney-ln-Fact, #a make, execu#e, seal anc! deliver, for and an its behaff as surefy, ancE
as its act and deed in all bonds and undertakings provided that no boncf or undertaking or cantract of sureiyship execu#ed
under this authority shall exceed the sur� of (not ta exceed $'10,000,000.00): $10,000,000.00
This Power of Attarney is made and executed by authority of a Resolutior� adopted by the Board of �irectors. That
resolution afso autharized any further action by the afficers of the �ompany nec�ssary to efFect such transaction,
The signatures be(vw and the seal of the Corporatian may be affixec! by facsimile, and any such facsimile
signatures or facsimiie seaf shall be binding upan the Corporation when so afifixed and in the future wiih regard ta any
bond, undertaking or contrac# af surety tn which it is attach�d.
In witness whereaf, the FCCI Insurance Company has caused these preser�ts ta be signed by its duly authorized
ofFicers and its carpnrat� s�al to be hereunfo a#fixed, �his 31st day af _ Januar� , 2D19 .
J"�L •,,��,��!i�nic��;�,: � �d
• � : p�c�a�r,�y .?',a ; .�
AfteSf: :-�,� � F'•.,�: ��,�.
��AL .
Crai Jahn n, President `�' ��t� '�' Cina Welch, EVP, General Counsel,
FCCIInsuranceCorttpany �'�•...�zp����:�� :' ChiefAudit&CompEianceO�cer,S�crefary
••--• FCCI lnsurance Campany
State of Florida
County of Sarasota
Before me this day perso�ally appeared Craig Johnson, who is p�rsonalfy known ta me a�d who executed the
foregaing document for the purposes expressed therein.
_�_.._ _ �
g�„ Arlc7se niaitso
My comrnission expires: 9125/202� 1+�* "°�"��.�'�4f� �
'kearlA COar.iliS3MklMD.GC ISIii7
t�com�n��ia��xv�ro.:a4nns�r Noiary Pubfic
State of Florida
County of 5arasota
Before me this day personally appeared Cina Welch, who
foregaing cfocument for th� purposes expr�ssed th�rein.
Ar[esae Aionso
My cammission expires: 9/25/2020 ��� ��!�s�*pf�
Co�ni�s+un i�o.CG t 97n
�r"'�✓ 3w1;. Ca�rn€rsi�t F.�Brae: 04f1512U
�������C���
is persanaliy known to me and who executed the
Notary Public
I, tMe undersigned Secretary of FCCI Insurance Company, a Florida Corporation, E74 H�RE�Y C�RTIFY that the
foregoing Pov�er of Attorney remains in full force and has not heen revoked; and furthermore that the Fe�aruary 24, 20'E 1
Resolution of the Board af Direciars, referenced in said Power of Attorney, is now in force.
Dated this 8�{� __ day of Octaber 2020
f f
1.��L�� ��� �.�__.—..f
Cina Welch, �4'F, Ceneral Counsel,
Chief �udit & Comp�ianc� �fficer, S�cretary
1-IQNA-3592-NA-04, 112019
00 43 37
V�iVp�R COiVIPLiAiVCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLfANCE TO STATE L.AW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provid�s that, in order to be awarded a contract as iow bidder, nonresident bidders (out-of-state contractors whose
corparate offices or principal place of business are outside the 5tate of Texas) laid projects for construction,
impra�ements, suppl'res or ser►rices in Texas at an amount lower fhan fhe lowest Texas resident bidder by #he same
amount that a Texas resident bidder would be req�ired to underbid a nonresident bidder in order to obtain a comparable
contract in the State which the nonresidenYs principal pface of business is located.
The appropriate bfanks in Section A musf be filled out by all nonresident bidders in order for your bid fo rrEeet
speciticafions. The failure of nonresident bidders to do so will automatically disqualify tf�at bidder. Resident bidders must
check the box in Section B.
A. Nonresident bidders in the 5taie of , our principal place of business,
are required to be percent lower than resident bidd�rs by State Law. A co�y of the
statute is attached.
Nonresident bidder5 in #he State of
are not required to underbid resident bidders.
, aur principal place of business,
B. The principal place of 6usiness of our company or our parent company or majorify owner is
in the State of Texas. 0
BIDD�R:
2L Construction
PO Box 397
Rhome, TX 76078
By: Harmon R Fisher III
�� y �? - ,?
.��' �.� i�"'
��
� - (Signature)
�ND O� S�CTION
i"itle: President
Date: 10/8/2020
CiTYDF FORT WOFiTH
S7ANDAR� CONSTRUGTION SPECIFICATION DOCUMENTS Pedestrian Sidewalk fmprovements Nfiller Avenue
Form Revised 20110627 CPN: ]00637
ooas�i-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTI�N 00 45 11
Z BIDDERS PR�QUALIFICATIONS
4 1. Summary. All contractors are required to be prequalified by the City prior to submitting
5 bids. `I'a be eligible to bid the contractor must submit Seetion QO 45 12, PrequaIification
6 Statement for the wark type(s) listed with their Bid. Any contractor or subcontractor who is
7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder
8 Preyualification Application in accordance with the requirements below.
9
10 The prequalifcation process will establish a bid Iimit based on a technical evaluaCion and
11 financial analysis of the contractor. The information must be submitted seven (7) days prior
�2 to the date of the opening of bids. For example, a contractor wishing to submit bids on
l3 projects to be opened on the 7th of April must file the information by the 31st day of March
14 in order to bid on these projects. In order to expedite and iaciTitate the approval of a Bidder's
IS Prequalification Applicaiion, the following must accompany Che submission. .
16 a. A complete set of audited or reviewed financial staternents.
77 (1} Classified Balance Sheet
18 (2) Income Statement
19 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
21 (5) Noies to the Financial Statements, if any
22 b. A cer[ified copy of the iirm's organizaiional documents (Corporate Charter, Articles
23 � of Incorporation, Articles of Organization, Certificate of Formation, LLC
24 Regulations, Certificate af Limited Partnership Agreement).
25 c. A completed Bidder Prequatification Applicatian.
26 (1) The frm's Texas Taxpayer ldentification Number as issued by the Texas
27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
28 number visif the Texas Comptroller of Public Accounts online at the
29 following web address www.window.state.tx.us/taxpermit/ and fll out the
30 application to apply for your Texas tax ID.
3I (2) The frm's e-mail address and iax number.
32 (3) Th� firm's DLTNS number as issued by Dun & Bradstreet. This number
33 is used by the City for required reporting on Federal Aid projects. The DLJNS
34 nu�nber may be obtained at www.dnb.com.
35 d. Resumes reflec#ing the construction experience pf the principies of the firm for f rms
36 submi#ting their initial prequalification. These resumes shouId include the size and
37 scope of #he work performed.
3S e. Other information as requested by the Ci .ty.
39
40 2. Prequaii�cation Requirements
41 a. Financial Staternenls. Financial statement submission must be provided in
42 accordance with ihe following:
43 (1) The City requires that the originaI Financiai Staiement or a certified copy
44 be submitted for consideration.
C1T'Y DF FORT WORTH . ...............:... .......... �
r.. ............. ....... . . . . _...._
STANDARD CONSTRiICT10N SPECIPICATION DOCUMENTS ,. ... . .., .
Aevised 7uly l, 2011
OD 45 11 - 2
BID�ERS PREQUAL[FICAT[pN$
Page 2 of 3
1 (2) To be satisfactory, the �nancial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require tha#
4 accounting firms performing audits or reviews on business entities within
S the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should siate in the audit report or review whether
8 the contractar is an individual, corppratian, ar limited liability campany.
9 (4} Financia� Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City wiil not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the �nancial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing stancEards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (l) expr�ss an unqualified opinion, or {2) express a qualified
18 opinion an the stai�znents taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (S) The financial statement must be preparecE as of the last day of any month,
21 not more #han one year oId and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph I.
23 (9) The City wi�] determine a contractor's bidding capacity for the purposes
24 of awarding cantracts. Bidding capacity is determined by multipiying the
25 positive net working capital (working capital — current assets — current
26 liabilities) by a factar of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory fo�•
28 prequalification purposes.
29 (i0) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidde� Prequalifacatiora Applicatiari. A Bidder Prequalification Application must be
33 submitted along wit� audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 AppIications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 "None" or "N/A" should be inserted.
38 (2) A minimum of five (5) references of related work must be provided.
39 (3) Submission of an equipinent schedule wlaich indicates equipment under
40 the control of the Contractor and which is related to the type of work For
4I which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer, model and general common descri�ation of
43 each piece of equipment. Abbreviations or means of describing
44 equipment o#her than provided above wilI not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequaliiication.
48 b. The City may reject, suspend, or modiiy any prequaliiication for failure by the
49 contractar to demonstraie accepiable finar�cial ability ar performance.
50 c. 7'he City will issue a letter as to t�e status of the prequaiiiication approval.
CITY OF FpR'1' WOR'fH " � . ' . �- -� '
STAMDARD CONSTRUCTION SPECIFICAT[O]�I DOCC.IM�NTS
Revised July 1, 2Ql 1
0045I1 -3
SIDDERS PREQUAL[FICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid
2 the prequalif ed work types until the expiration date stated in the letter.
3
4
S END OF SECTION
GITY OF FORT WQRTH
STANDARD CONSTRiJCT[ON SPECIFICATION DOCUMENTS
Kevised Juiy 1, 2011
004512-i
PREQUALIFICATION STATEMENT
Page 1 oF 1
2
2
3
4
5
6
7
SECTION OU 45 12
PREQUALIFICATTON STATEMENT
Each Biddez- for a City procurernent is required to complet� the informaiian below by
identifying the prequalified contrac#ors and/or subcontractors whom they intend to utilize for the
major work type(s} tisted.
Major Work Type
Contractor/SUbcontractor Cornpany prequalification
Name Expiration Date
R
��R�1 t�i�� C�4`�Cafi.._
u��I�. .��i�:>- - -.... . _. _ ._'_-- --- --
Ii1C�d G�l("ar�a.` ' 7a� f� '' y .".
'v�. to `c '21517?,..
8
9
10
11
12
13
14
15
16
17
J.8
19
20
21
zz
23
24
25
The undersigned hereby certif es that the contractors and/or subcontraciors described in
the tabie above are currently prequaIified for the work types Iisted.
SIDDER:
� �• �OdlS°� l"ve-k+,'U�� By: �-}O�hMdn {�- �;Sl��fr �
Company (P1,ea Prin�l -�,
,1 �,�" �
1 � �oX �v 1"7 Signature: ,�-;L- ! } � ,
Address
�h,em.� r�`� 7 6 0�7 S' Title
City/State/Zip
��S ti-�`�"
(PIease Print)
Dat�:
END OF SECTION
�C�-- Sf-'�..u2�
CI'1'Y O�' �OR1' WORTH � � ,
STANDARD CdNSTRUCTION SP�CIFICATiON DOCUMENTS . .
Revised 7uly I, 20l 1
���� �� ���
""�,�..+w� �
SECTION 00 4513
BIDDER PAEQUAL[FICATION APPLICATION
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Streei Address {required)
Mark only one:
Individual
L,imited Partnership
General Partnership
Corporation
Limited Liability Company
City
State
Zip Code
C ity
State
Zip Code
( ) � � - ----
Telephone
Fax
Email
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DLJNS No. (if appIicabfe}
MAIL THIS QUESTIONAIRE AZ.,ONG WITH FINANCIAL STAT�MEN`I'S `�'O:
CITY O�' �'ORT WORTH TEXAS
200 TEXAS STREET
FORT WORTH, TEXAS 76102-6311
AND MARK THE ENVELOPE: `BIDDER PREQUALiFICATION APPLICATION"
aoasi3-z
BIDla�12 PREQUALIFICATIQN APPLICATION
Page 2 of S
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
{Check the block(s} which are applicable — B1ock 3 is to be left blank if B1ock I andlor Bloek 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 smali business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a fac#or in determining eligibiliry to
become prequaliiiecl.
MAJOR WORK CATEGORIES
Water De�artment
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 35Q LF or less
Tunneling - 36-Tnches — 6p —inches, and greater than 350 LF
Tunneling — 66" and gr�ater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and RenewaI, T2-inch diameter and smaller
Water Transmisston, Development, 24-inches and smaller
Wat�r Transmission, Urban/R�newal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmissiotz, Urbain/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, l 8-inches — 36-inches
Sewer Bypass P�mping 42-inches and larger
CCTV, 8-inch�s and s�nall�r
CCTV, l2-inches and smaller
CCTV, I8-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
CITY OF FORT WORTS _ �
•._._....._
- ._._...- --._.._...._. _
STANDARD COI+ISTRUCTION SPECIFICATION DOCUMENTS .
Revised December 20, 2012
D04513-3
BIDD�R PREQUALIF[CATION APPLIGATION
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIl'P, 24-inches and smalIer
Sewer CIPP, 42-inches and sma�ler
Sewer CIPP, All Sizes
Sewer Collection �ystem, Development, 8-inches and smaller
Sewer Collection System, Urban/RenewaI, 8-inches and sma]ler
Sewer Collection System, Develapment, 12-inches and smailer
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Developrnent, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, �48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches aad srnaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smalier
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches ar less
Sewer Siphons 24-inches ar less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Worlcs
Asphalt Paving Canstruction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Consiruction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (LTNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,0�0 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
X Roadway and Pedestrian Lighting
GTY OF FORT WQRTH � � . •
STAAlDARD CO1�i5TRUCTION SP�CIFICAT[ON DOCUIv[ENTS ': '
Revised Decemher 20, 2012
0045l3-4
BIDDER PREQUALIFICATION APPL[CATION
Page 4 of 8
1. Lis# equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractar under your present
name?
List previous business nam�s:
3. How irmar�y years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CI,ASS LOCATCON NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRE55 OF OFFIC[AL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed ta compiete any work awarded to you?_
If so, where and why?
6. Has any offc�r or owner pf your organization ever been an officer of another arganization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the natne of the individual, name of owner and reason.
CITY OF FORT WORTH - " �•-
- -- ---- �-- �---.. ___. ... . . _ . _......._. _
STANDARD CDNSTRUCTION SPEC[PICATION DOCUI�CNTS . '
Revised Dccember 2U, 2012
oaasis-s
BEDDER PREQUALIPICATI03V APFLICA7'jOI�!
Page 5 of 8
8. In what other lines of business are you financialfy interested?,
9. Have you ever perfo�•med any work for the City?
IF so, when and to whom do you refer?
10. State names and detailed addresses of al1 producers from whom you have purchased principal
materials during the last three years.
NAME 4F FIRM OR COMPANY DETATLED ADDRESS
11. Give the names of any aff liates or relatives currently debarred by the City. Indicate your relationship
to this person ar firm.
l2. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or pareni of an owner, officer, stockholder, or
director who does not live in the same househald bui who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster childz'en ar those related by
adoption or marriage.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
004513-6
RIDDER PREQUAL[FICATIpN APPLICATION
Page 6 of 8
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organizaiion
Charter/File No. Date of organization
President Is partnership general, limited, or regisiered limiited
liabitity partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Off cers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporatian:
State of Incorporation
Da#e of organization
Fil� No. Individuals authorized to sign for Partn�rship
Officers or Managers (with #itles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signa�ure authority for your firm unless otherwise advised. Should you wish to grant signature
authority %r additional individuals, please atEach a certi�ed copy of the corporate resolution,
corparate �ninutes, partne�rshig agreement, power oiattorney or other legal documentation whic�
grants this anthority.
CITY OF FORT WORTI�I
STANDARD CONSTRUCTION SP�CIFICATIOI+I DOCUMENTS
Revised December 20, 2012
OQ4513-7
81DDER PREQUAL[FICAT[ON APPLICATION
Page 7 of 8
14. Equipment
�
TOTAL
BALANCESHEET
ITEM QUANTITY tTEM DESCR[FTION VALUE
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
15
17 �
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
Similar iypes oi equipment may be Iumped iogether. If your iirm has more than 30 types ot� equipmen#,
you may show these 30 types and show the remainder as °various". The City, by allowing you to show
pnly 30 types of equipment, reserves the right to request a compiete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of #he firm and wY�ich is related to
the type of work for which the firm is seeking c�ualification. In the description include, the manufacturer,
model, and general comman description of each.
C[T'Y OF FORT WORTII � � .
STAiYDARD COIVSTRUC'I'[ON SPECIPCCATIdNI DOCUMENTS �
Revised Decem6er 20, 2012
D045 t3-8
BIi�DER PREQUALIF[CATION APPLIGATION
Page S of 8
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned ttereby declares that the foregoing is a trUe statement of the financial conditian of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the subrnitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any otl�er
agency herein named is hereby authorized to suppIy each party with any information, while this statement
is in force, necessary to verify said statement. �
, being duly sworn, deposes anc! says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar w�th the books af tiae said
entity showing its financial condition; that the foregoing financial statement iaken from the books of the
said entity as af the date thereaf and that the answers to the questions of #he foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of �
Notary Fublic
Notary Public must not be an ofiEcer, director, or s�ockholder or relative thereof.
CITY OF FORT WORTH � � '
STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS ': f'
Revised December 20, 2p l2
00 45 26 - 1
CONTRACFOR CpMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1
�
3
SECiION 00 45 �6
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractar certifies that it
5 provides worker's compen5ation insurance coverage for all of its employees employed on City
6 Project No. 100637 . Contractar further certifies that, p�rsuant ta Texas Labor Code, Section
7 406.096(b), as amended, it will provide to City its subcantractor's certificates of compliance with
8 worker's tompensation coverage.
�7
10 CON�"RACTOR:
11
12
13
14
15
16
17
�.8
19
20
21
22
23
24
zs
26
27
28
29
30
2L Construttion
Company
PO Box 397
Ad d ress
Rhome, TX 76078
City/S#ate/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
By: Harmon R Fisher III
�r (Pie.�,se Prua J .
Si nature: �, - - -
g 4 �� � �
7itle:
President
(Please Print)
BEFORE ME, tl�e undersigned authority, on this day personally appeared
�[il'Y�oc� �; Sh,Gl�' , known to me to be the person whose name is
subscribed to the faregoing instrument, and acknowledged to me that he/she executed the
same as the act and deed o�� ,�, ��r1$ �f, �y'�''1 for the purpases and
consideration therein expressed and in the tapacity therein stated.
GIVEN UNQER MY HAND AND SEAL OF OFFICE this ���" day of
�G�c:-}��i�e r , zo��
�i�i �1�1� ��ARS
[90TADiY 11�f C• iTAe �e OF 7�G8
. 19� �{�9i�.�g35
aoka�. cxP. �a.��-�022 Notary Public in and for the State af Texas
` ---- ------
EI�D OF SEC�'ION
CIN OF FORT W4RTM
STAN�ARD CONSTRUCTION SPECIFlCATiON pOCUMENTS
ltevised July 1, 2011
>edes ar �,ae�var„ m " '""'erAvenue
1., ry�Y. I VLVJ %
�
004540-1
Minority 8usiness Enterprise Specificaiions
Page 1 of 2
�
1
2
3
�4
5
6
SECTiON 00 45 4D
Minority Business Enterprise Specificatior�s
�
�
�
APPLICATION OF POLICY
If the total dollar vaiue of the contract is greater than $50,000, then a MBE subcon#racting goal is
applicabl�.
7 PULICY STATEM�fVT �`
8
9
�.a
��
��
13
14
15
16
17
1$
19
Za
21
22
23
24
25
26
It is the policy of the City of Fort Worth to ensur� th� full and equitable participation by Minority Business
Ent�rprises (MBE) in the procurement of a!I goods and serr►ices. AI! requirements and regulations stated
in the City's current Business Diversity Enterprise Ordinance apply to this bid.
MBE PROJ�CT GOALS
7he City's MBE goal on this project is _ i69� of the total bid �alue of the contract (Base brd applies ro Parks
and Communrty ServicesJ.
�lote: If both MB� and 5B� subcontracting goals are established for this project, then an Offeror must
suhmit both a MBE Utilization �orm and a SBE Utilization Form to be deemed responsi�e.
COMPLIANCE TO BID SP�CIFICAYfONS
On City contracts $50,000 or more where a MBE 5ub[ontracting goal is applied, Offerors are required to
comply with the intent of the City's Business Diversity Enterprise Qrdinance by ane of the following:
1. Meet or exceed the above stated MBE goal through i1lIB� subconiracting participation, or
2. Meet or exceed the above stated MBE goa! through MBE Joint Venture participation, or
3. Good Faith Effort documentation, or;
4. Prime Wai�er documentation.
27 SUBiVIfTTAL OF REQUIRED DOCUMENTATION
28 The applicable dacuments must be received by the Purchasing Division, within the following times
29 allocated, in order for the entire bid to be eonsidered respansive to the specifications. iF�� Offeror sC�all
30 cieliver the hJqBE c�oc�ment�klan In person to t�e a�xproprlate employce �f the ��rchasfr�� cfiulslon and
31 obt�in a d�feltlm� r�tei�at. S�+�h reecipt 5l��,If be �v���flc� kh�t tF�e C�ty recei�e� t�e doc4�merrtatio€� k�i
32 # he t,rr�� aEl�t�E�i, A fax�tl �ndJo� err���led �upy wHl n�t be ��c�pte�.
33
i
1
i
__i
CITY OF FORT WORTH !'r���tric,-� 5rden,alkl�r.Nr�✓cs�znts Mi!lerAvEr'ri:c
STANDARD CONSTRl1CTION SPECIFfCATIdN �OCUMENTS CPN: lun��-
Revised June 9, 2015
004540-2
Minority 8usiness Enterprise Specifications
Page2of2
1. Subcontractor Utilization Forrr�, if recei�ed no later than 2:Ofl p.m., on the second City business
goal is met or exceeded: day after the bid opening date, extlusi�e of Che bid opening
date.
2. Goad Faith Effort and recei�ed no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form, i# day after the bid o�ening date, exclusi�e of the hid opening
participation is iess than stated goal: date.
3. Good Faith Effort and recei�ed na later than 2:00 p.m., on the secand City business
Subcontractor Utikizatior� Form, if no day after the bid opening date, exclusive of the bid opening
MBE participation: date.
4. Prime Contractor Waiver Form, if recei�ed no later than 2:00 p.m., on the seconcE City business
you will perform all day after the bid opening date, exclusi�e of the bid opening
contracting/sup�lier work: date.
5. Joint Venture Form, if goal is met or recei�ed no later than 2:00 p.m., an the second City busincss
exceeded. day after the bid opening date, exclusive of the bid op�ning
date.
FAILURE TO C�MPLY WITH THE CITY'S BUSINESS DIVERSiTY ENTERPRISE ORDINANCE WILE. RESULT IN
TkiE BIR BEiNG CONSIDERED f�QN-RESQNSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT TNE REQUIRED MBE D�CUMENiAiION WILL RESULT IN THE BID BE1fdG
CQNSIDERED NON-RESPONSIVE. A SECOIVD FAILURE WILL RESULT 1N THE OFFER�JR BEING
DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE �AILURES If� A FIVE YEAR PERIOD WIIL RESUL7
!M A DISQUALIFICAITON PERI�D OF THR�E YEARS.
2 Any Questions, Please Contact The M/WBE Office at (817J 212-2fi�'4.
ENQ �F SECTION
�
Ci7Y OF FORT W4RTFi ` .� •�n •. " ... ,
STANDARD CONSTRUCTION SPECIFICAiION DOCiJMENTS " �--_
Revised June 9, 20I5
00 52 43 - 1
Agreement
Page 1 of7
SECTION OU �2 43
AGREEMENT
THIS AGREEMENT, authorized on �� Z(i is made by and between the City of Forth Worth, a
Texas home rule municipaliiy, acting by an thro�gh its duly authorized City Manager, {"City"}, and
2L Construction , authorized to do husiness in Texas, acting by and through iYs duly
authorized representative, ("Contz�actor").
City and Contractor, in consideration of the mutual covenants �aereinafter set forth, agree as %llows:
Ar�icle �. WORK
Contractor shall complete all Work as specified ar indicated in the Contract Documents for the Project
identified herein.
Article 2. PROJECT�
The project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
Ex . _ . •„ .. , '.-�rrrN, .:�, r;r.., �✓lar,ai�lt �'Hwi�.!uChicksay..Avc_C'PN:IOOG3=
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an
amount, in current funds, of Eig�ht HUndred Ninety-Two Thousand sixty-five anc� 00/1�a �_DolIars
($ 892,065.00 ).
Article 4. CONTRACT TIME
4.l Final Acceptance.
The Work wiIl be complete for Final Acceptance within 1�C days after the da#e when the
Confract Time commences to run, as provided in Paragraph 2.03 ofthe GeneraI Condiiions, plus any
extension thereof altowed in accordance with ArticIe 12 of the General Conc�i�iotzs.
4.2 Liyuidated Damages
Contractor recognizes that tirrae is of the essence for completion of Milestones, if any, and to achieve
Final Acceptance of the Work anc! City will suffer financial loss if the Work is not completed within
the tizn�(s} specifiad in Paragraph 4.1 above. The Contractor also recognizes the delays, expense
and difficulties involved in proving in a legal proceeding, fhe actual loss suffered by the City if the
Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees
that as liquidated damages far delay (but not as a pena�ty), Contracior shall pay City ;if�.
;„.;�c, r: s.;:.;; Dallars ($ _ b�D.OU )%r each day that expires after
the time specified in Paragraph 4.1 for Final Acceptance until the City issues the FinaI Letter of
Acceptance.
C1TY OF PORT WORTH
STANDARI7 CONSTRUCTION SPECIFICATION 170CUMENT5
Revised 09/06/2019
N, _,l,ra, _ t& �-,,,,•� r1lo e„
- ., iOC`..,
ti
0�5243-2
Agreement
Page 2 of 7
Article 5. CONTRACT DOCUMENTS
S.1 CONTENTS:
A.The Contraci Documents which comprise the entire agreement between City and Cantractor
concerning the Wark consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendot' Compliance to State Law Non-Resident Bidder
3) Prequali%cation Siatement
4) 5tate and Federal docume�ts {project specific}
b. Current Prevailing Wage Rate Table
c. Insurance ACOAD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney �or the Bonds
h. Worker's Campensation Aff'idavii
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or, if not
attached, as incorporated by reference and described in the Table of Contents af the Project's
Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The follo�ving which may be delivered ar issued after the �ffecti�e Date of the Agreement
and, if issued, become an incorporated part af the Contract Documents:
a. Notice to Proceed.
CITY OF FOR`C WORTH • � �u �• ��� `
STANDARD CONSTRUCTTON SPECIFICATIdI� DpCUMENTS " •
Revised 04/0b12a19
005243-3
Agreement
Page 3 of 7
b. Field Orders.
c. Change �rders.
d. Letter of Final Acceptance.
ArEicle G. INDEMNIk'�CATION
G.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,
the city, its offieers, servants and employees, from and against any and ail claims arising out of,
or alReged to arise oat o�, the work and services to be performed by the contractor, its officers,
agents, employees, s�bcontractors, licenses or invitees under this contract. This indemnification
provision is specif�calIv intended to operate and be effective even if it ts alleged or nroven that
all or some of the damages bein� sou�ht were caused, in whole or in part, bv anv act, omiss�on
or ne ligence of the city. This indemnity provision is intended to include, without limitation,
indemnity for costs, expeRses and legal fees incurred by the city in defending against such claims
and causes of actions.
G.� Contwactor covenanYs and agrees to indemnify and hoId harmless, at i�s own expense, the city,
its officers, servants and employees, from and against any and all loss, damage or destructian
of property of the city, arising out of, or alleged ta arise out of, the work and services to be
performed by tlie contractor, its officers, agents, employees, subcont�raetors, licensees or invitees
under this contract. This indemnification provision is suecificallv intended to aperate and be
effective even if it is alle�ed or proven that all or some of the dama�es being sought were caused.
in wbole or in part, bv anv act, omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreemeni which are defined in Article 1 of the General Conditions will have the
meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all af the Contract Documents may not be assignec� by the Contractor
without the advanced express written consent of the City.
7.3 Successors anc� Assigns.
�� City and Contractor each binds itself, its partners, successars, assigns and legal representatives to the
other pariy hereto, in respec# to all covenants, agreements and obligations contained in the Contract
Documents.
CITY OF FORT WORTH °� :sstri_�e .�ia� .:k L; �r� ��
STAATDAKD CONSTRUCTIOIV SPECIFICATION DOCUMENTS
Rcvised 09/06f2D19
�
E
005243-4
Agreement
Page 4 of7
7.4 Severabiliry.
Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable
by a court of competent juri,sdiction sl�all be deemed stricken, and all remaining provisians sha11
continue to be valid and binding upon CITY and CONTRACTOR.
7.5 Goveming Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of Te�as. Venue
shall be Tarrant County, Texas, or the United States District Court �or the Northern District of Texas,
Fort Worth Division.
7.b Authority to Sign.
Contx'actor shall attach evidence of authority to sign Agreement if signed by someone ather than the
duly authorized signatory of the Contractor.
7.7 Prohibition On Confracts With Companies Boycotting Tsrael.
Contractor acknawledges that in accordance with Chapter 2270 ofthe Texas Government Code, the
City is prohibited from entering into a contract with a company for goods or services unless the
contract contains a written verification from the company that it: { 1)
daes not boycott Israel; and (2) will not boycott Israel during #he term of the contract.
The terms "boycott Israei" and "company" shall have fihe meanings ascribed to those terms in Section
808.OQ1 of the Texas Government Code. By signing thrs �onfraet, Canfractnr certi�es that
Coniractor's signature provides writlen verification to the Cify that Coniractor: (I) does nat boycoit
Israel; and (2) will not boycolllsrael durFng the fewm of the confr�aet.
7.8 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who p��`fos'm wark
under this Agreement, including completing the Employment Eligibility Verification Form {I-
9). Upon request by City, Contractor sha11 pravide City with copies of all T-9 forms and supporting
eligibiliTy documentation far each empioyee who performs work under ihis Agreement. Cflntractor
shall adhere to a11 FederaI and State laws as well as establish appropriate procedures and cantrols so
that no services will be performed by any Contracior �txxployee who is not Iegally eligible to perform
such services. CONTRACTOR SHALL INDEMNTFY CITY AND HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUBC4NTRACTQRS, AGENTS, OR LICENSEES. City, upon wz'itten notice to Contractor, shall
have the right to immediately terminate this Agreement for violations af this provision by Contractor.
CTTY OF FOAT WORfH " -��- �• ''
STANDARD CONSTRUCTiON Si'ECIFICATION DOCUMENTS �.. ... . �.. �_ .
Revised 04/0b12019
005243-5
AgreemeRt
Page 5 of 7
7.9 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits tp anyone other than the City and the Contractor and there
are no third-parly beneficiaries.
'7.10 No Cause of Actian Against Engineer.
Contractor, its subconiractors and equipment and materials sup�liers on the PROJECT or their sureties,
shall maintain na direct action against the Engineer, its officers, employees, and subcontractars, for aay
claim arising out of, in cont�ection with, or resuiting from the engineering services performed. Only the
City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's
personnel at a construction site, whether as an-site representaiives or otherwise, do not make the
Engineer or its personnel in any way responsible far those duties that balong io the City and/or the
City's constructi�n contractors or other entities, and do not relieve the construction contractars or any
other entity oi iheir obIigations, duties, and responsibilities, including, but not limited to, ali
construction meihods, means, techniques, sequences, and procedures necessary for coorclinating and
completing all portions o�the consiruction work in accordance with the Cantract Documents and any
health or safety precautions required by such construction work. The Engineer and its personneI ha�e
no authority to exercise any control over any construction contractor or other entity or their employees
in connection with their work or any health or safety precautions.
SIGNATURE PAGE TO FOLLOW
C1TY OF FORT WORTH Ne ctriu:: �i�-•- -'.§ •�7rov. ::enr ' il� z _..
STANDARD GONSTRUCTION SPECIFICA �'�ON DOCUMENTS ^n; . rnn�
Revised 0 910 6/20 1 9
�
1
aos2a3-6
Agreement
Page 6 of'1
IN WITNESS WHEREOF, City and Contractor ha�e each execu�ed this Agreement to be effective as af
the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: 2� C;.��z s-tr�-u�.tS�R , �.�c=
I:
City of Fart Worth
�
-� < n � �
. ;
Si nature Dana Burghdo#'f
In�m Assistant City Manager
GYn��n��n �, Fas �r _ ti4 ,
(Printed Name) rl f � � �
��r
Dat� �
PrP.c,�n�'
Title
� P� x �a"l -- -
Address
�1��aQ_ "[i� �7 to ii] �
City/State/Zip
Attest:
1V16LL: d� v'" V 1 3�
Date
C1TY OF FORT WORTH
STANDARD CONSTRUCTIOI� SPECIFICATION DOCUMENTS
Revised 09/06/2D19
Date: ��" t�- o� o� tj r�
Form 1295 No.: r�(���'�o���
Contract Compliance Manager:
,t) ,o ��a�
�� � ��� ��'
�a ` .�.
.�,�.��..�P':. � � �
�' � ,,. � :.,e, .
>�ti� .;n--
�
,.. _ � ,=
By signing, I aclznowledge that I am the person
responsible for the monitoring and
adrninistration af this cantract, including
ensuring all performance and reporting
requirements.
� �
, .�,,_
�lla,�Y.'.- �.ki, P.�. —
PT�Of�,PC7nY7(II F:N iNa • .
.. aiNCi7GY1�111&rAroel}ue �
�����' �" �'�I�+�i�l
, � � H ��" . � `�
,rt ��
CITY OF FQRT WORTC�I
STAi�TDARD COI+�STRiICTION SPECIFICATiON AOCT.JMSNTS
Re�ised 44/0G/2019
Qp52A3-?
Agreement
Pa�e 7 af 7
Approved as to Form and Legality:
��
: ._ _ ___--
DougIas W. Black
Assistant City At�oiney
APPRO'VAL RECOMMENDED:
r ` . �� • .�7 �
William 7ol�nson,
Transportation &
War�Cs Department
Pe_^--_�-'^._ Qic: ..-- ?F ._ �r � '..� �es� �+�.-a�. ._
CPN.• f�637
� ����������� �����
����� ���� '
��� ����� �
i _._ �
I
I�iPORiAN7 N�il��
To abtain information or make a compfaint:
Yau may caf! �CCI Insurance Group's {FCCi)* toll-free telephone number for information or to make a complaint
at 1-800-226-3224.
You may also write to FCCi insurance Group Compliance Depar�merot e-mail a# StateCom laints fcci- rau .com,
For Claims, yau may write to FCCf Insurance Group Clairn Department e-mail at newclaim(c�fcci-qroup.cam.
You may contact the 1'exas Departmenf of Insurance to ob#ain information on companies, co�erages, rights or
complaints at �-80Q-252-3439.
Yau may write the Texas Department of Insurance:
PO Box 14910�4
Austin TX 7$7'E4-9104
Fax: 1-512-47�- 1771
Web: http:llwvutinr.tdi,stat�.tx.us
�-maif: Consurr�erPratectianCa�tdi.st�te.tx.us
�R�MIUM O�i CL�AlM �ISPU°€�S
Should you have a dispufe concerning your premium or about a cfaim you shoufd contact FCCI first. If the
dispute is not resolved, you may contact the Texas Department ot Insurance.
�T'T.�CH iHIS NO I IC� �0 YOUR �ON�
This notice is �or information only and does not become a part or condition of the attachec! documents.
*The FCCI insurance Group includes the following insurance carriers: Bri�rfield Insurance Company, FCCI Ad�antage
Insurance Company, FCCf Commerciaf Insurance Company, FCCI Insurance Company, Manroe Guaraniy Insurance
Gompany, and National Trust Insurance Company.
1-BD-TX-2�690-NTP-11-12 Page 1 of 1
Copyright 2012 FCCI Insurance Group.
, �
; �
, 3
. �
. �
�- 6
7
0
�
a
�
8
9
10
11
12
13
14
15
16
00 6l 13 - 1
PEItFRRMANCE BOND
Page I oF3
THE STATE OF TEXAS
CQUNTY OF TARIrANT
SECTION 00 6l 13
FERFORMANC� BOND �ond #�4�10�1a�4
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, 2L Constructian, �„L.C, , known as "Principal"
herein and FCC! Insurance Company , a corporate surety(sureties, if tnore
than one} duIy authorized to do business in the Sta#e of Texas, known as "Surety" herein (whether nne or
more), are held and firmly bound unto the Ctty of Fort Worth, a municipal corporation created pursnant to
the �aws of Texas, known as "City" herein, in the pana! sum af,
Eight Hundred Nine#y Two Thousand pp���rs ($ 892,Q65.00 }, iawfu!
znoney of the United States, to be paid in �ort Worth, Tarrant Caunty, Texas for the payment of which
sum wel� and truly to be r�nade, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severaily, firmly by these presents.
17 WHEREAS, the Principal has entered irt#o a certain written contract with the City awarded the
18 �5�" day of ���� .p,�- , 20 Ztj , which Contract is hereby referred to and made a�art hereof for
19 all purposes as if fulIy set forth herein, to furnish all materials, equipment la6or and other accessories
20 defined by Iaw, in the prosecution of the Work, including any Change Orders, as provided for in said
21 Contract designated as I'c�cJcslrrara S1C�4'}1+ClIIt II?17}'OVBl)7L'tT1S Mille�• f�ti,e�zare . r•om Marts ielcl HM>>>. In
22 C��"1 ���cr}t�;�1��e.; G'1'N !llUh37.
23 NOW, THEREFORE, the condition of this obtigaiton is such that if the said Principal shall
24 faithf�lly perform it obligations under the Contract and shall in all respects duly and faithfully per%rm
25 the Work, including Change Orders, under the Contract, aceording to the plans, specificatians, and
26 contract doct�ments therein referred to, and as weEI during any period af extensian of tt�e Contract that
27 may ba granted on the part of the City, then this obligatian shaIl be and become nul] and void, otherwise
28 to remain in full force�and effect.
29 PROVIDED FU1.tTHER, that if any legal action be f led on this �ond, venue shal! lie in Tarrant
3� County, Texas or the United States District Court for the Northern District aiTexas, Fart Wor�h Di�ision.
CITY OF FOR7' WORTH Parles�rior� Side�ralk In�prareir�e��ts Al+!!er ih�c�tue
STANDAItD CONSTRUCTIQN SPECIFECATION DOCUMENTS CPA�; lOOh37
Revised luly 1, 201 k
,
i
Bond #440�22�
0061 13-2
PERFORMANCE BOND
Page 2 of 3
1 This bond is made and executed in compliance with khe provisions of Chapter 2253 of the Texas
Z Go�ernment Code, as arnended, and a!I liabilitiss an this bond shall be deterrnined in accordance with the
3 provisions of said s#atue.
4 1N WITNESS WHEREOF, the i'rincipai and the Surety have SIGNED and SEALED this
5 instrumenE by duly authorized agents and of�icers on tllis tf�e �_day nf ��
6 , 2Q f�3 .
7
PRINCIPAL:
ATTEST:
N�A
(1'ri�icipal} Secretary � � � . ��
�1���.. �-,..:..�--
Witness as o Principal
ATTEST:
N/A
G"I'Y UE' E�UIZ7' bVGEt"I l!
S"I'ANDARD CONS'fRUCT[ON SP6Cl�1CATEON t]OCUIviGN7'S
Revised Ju]y I, 241 l
2L Construction. L.L.C.
SY: _ fL.��.�,
Sig�7at��re
_._.�Mon R ��he� . ii t � ��en�k-
Name 1nd Ti[le:
Acfdress:
PO Bax 39i
Rhome, TX 76a78
SURBTY:
�CC! Insurance Company
BY: . j �`,l
�_ ,
, 5�gnature
� , „� ,�, �,,... .,.� ...... . .... . .. ........ ....... ........
� '1'.\ l�1�,�� ;
Bond #440g2�4
{Surety) Secretary
Op6! ]3-3
PERFORMANC�BOND
.larrett Wiilson, Attarney-in-Faet Page3 of3
Name and Title
Acidress:
__ 2255 Ridge Raad, SteT333
� Rockwa(I, TX 705087 ��
�
�
i
� t,�' �" ��-
— �. � ,
Muni Raf�ah
_. _
Witness as to Surety gond Accaunt Telephone
M�I��ger Number:
972-772-722�
: 1
2 *NQte: If signed by an officer of the Surety Company, there must be an file a certif ed extract from the
3 tsy-laws showing that this person has authority to sign such obligation. If Surety's physical
" 4 address is different from its mai�ing address, both must be pror�ided. The date of the bond shall
5 not be prior to the date the Contract is awarded.
, �
, 7
8
. �
, 10
11
12
13
1a
�.5
, 16
. 17
� 18 ---�
19
. � 20
21
f 22
a
CITY OF FORT WORTH
STANDARD CONSTRUGTION SP6G[FECATION 1]OCUMENTS
Revised July l, 2011
Pedesnirui Srrlrirulk I�rtp1'ore��ie��1s hliller ,fvcnue
CPA'• IOOG37
{
. i
a
e
1
2
3
4
5
5
7
8
9
a.a
I1
12
13
14
15
16
17
18
19
20
21
THE STATE OF T�7�AS
COUNTY O�' TARRANT
SECTION U6 61 14
PAYMENT BOND
�
;
t
oo6ita-� �
PAYMENT pOi1D i
Page 1 oF3 �
I
i
�ond #4404224 �
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, 2�. Constructior�, L.L.C. , known as
"Principal" herein, and _ FCCI Ir1Sur�nce Com an , a
corpvrate surety (suretias), duly authorized to do business in the 5tate of Texas, known as "Surety" herein
(whether one or morej, are heId and farmly bound anto the City of Fort Worth, a municipal corporation
created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum
Eighf Hundred Ninety �wo Thaysand
of___Sixty_ Five and [ifll�OOths ,., .,,....__,._ __ Dollars ($ 892.062.OQ ), lawful
raoney of the United States, to be paid in Fort Worih, Tarrant County, Texas, far the payment of which
sum well aod truly be made, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointfy and sevarally, nrmly by these presents;
WHER�AS. Nrincipaj has entered into a cerTain written Contract wifh Gity, awarded the �`'`�
day of ��C��,�r- , 20��, which Contract is hereby referred to and made a part hereof
for all purposes as if fully set forth herein, ta furnish all materials, equipment, labor and other accessories
as defined by law, in the prasect�tion of the Work as provided for in said Contract and designated as
�� �.elrlcrra �S'i�leti��c+lk hr� �3•r�verrie��I,s M�Ilet� flti,erttre . r�ai�t ]I�1ar�s rcld H�v}�. lo CI7IGICSGIi�:�ve. • C'PN I1i0�3 �.
2z NOW, THEREFOR.E, TH� CONDITION OF THiS OBLIGATION is such that if Principal
23 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the
� Z4 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this
z5 obligation shall be and become null and void; otherwise to remain in full force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
27 Government Code, as .amended, and all Iiabf�ities an t�is bond shall be determined in accordance with the
� 28 provisions of said staiute.
29
0
C1TY OF FORT WORTH Peilesrrirru Si<le�ralA hnprore�rre�rls� rllrller Arerr�ie
S7'ANDARD CpNSTItUCTION SPECIF[CATIOT! �dCUMENTS CPA'• �!!0(37
Revised luiy [,2Q]]
�
r
�
i
�and #�4�p��a�
OO6l 14-2
PAY�IET�lT BOND
Pagc 2 of3
1 �N WITNESS WFiER�O�', the Principal and 3urety l�ave each SIGNED and SEALED this
2 instrument by duly authorized agents and afficers on this the Z�rd day of _�'�4� _ ,
� zo�p .
ATTEST:
�s I +a
(PriElcipal) Secretary
� �
Witness as t P�-incipal
ATTEST:
NIA
(Sii�•ety} Secretary
PRiNCIPAL:
2L Construction, L.LC.
/
`� � � a
BY: �� ��P Y
Signature
n s � �'
Name and Tit e
Address:
PO Box 397
Rhome, TX 76q78
S U RETY:
�'CCI lnsurance Campany
BY: _ � y� - +
ignature
Jarretfi Willson, Attorney-in-Fact
Name and Tit[e
Address; Z�55 Ridge Raad, Ste. 333
Rockwall, TX 75087
CI7'Y OP POR'[' WClR7'li , , �,� ,..,..�:..,��.
,,,.,. , :.�. . .. ....,.. l,... . .. .. ...
STAN[JARI] CONS"fRUC'I'ION SPCCIr[CATION [JOCUMENTS � !'1 lmi�� �
Revlsed July 1; 201 ]
�n
i:
�._.
�ond #4404224
0061 E4-3
PAYtviENT BOND
• s Page 3 of 3
., � r-� _ �
Muni Ftabah -----Y�
, Witness as ta Surety Bond Accoun# Manager Telephone
Number:
972-772-722Q '
� - � i
;
2 Note: Tf signed hy an officer of the Surety, there must be an file a certified extract #'rom the bylaws i
3 showing ihat this person has autharity to sign such obligation. If SUrety's physical address is different j
a fram its mailing address, both must be provided. �
i
.. s �
�
�
' 6 The date of the band shall not be prior to the cfate the Contract is awarded. €
7 • END 4F SECTION �
. g �
. 3
i
C1TY OF FQRT WORiH • Pedesf�•i«ir Sideircrlk Is�ip�•ovenreals• iLlillef• ;1»e+iue
STANDARD CQNSTRUCTION 5P6ClFICATION DOCUMEN7'S CPN.� 100(37
Revised JuEy 1, 2U1 i
, �
t
r
oo�i �9-i
MAINTENANCE BOND
Page ! of 4
e
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
- 17
18
19
t za
, 21
22
23
24
zs
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND �ond #44Q4224
§
§ KNOW ALL BY THESE PRESENTS:
§
That we 2L Construction, L.L.C. , known as "Principa�"
herein and FCCI Ins�r�nce Com an , a corporate surety (sureties, if more
than one) duly authorized to do business in the State of Texas, known as "Surety" herein {whether one ar
more), are held and firmly bou�d unto the City af Fort Worth, a municipal corporation created pursuant to
the laws of the State of Texas, known as "City" herein, in the sum
Eighf Hundred Ninety Two Thousand
of ix �ive and a0/100 h Dollars ($ $892,065.Q0 } lawfu!
money of the United States, to be paid in Fort Worth, Tarrant Couniy, Texas, for payment of which sum
well and truly be made unto the City and its successars, we bind aurselves, our heirs, executors,
adtninisirators, successors and assigns, joiniEy and se�erally, firmiy by these presents.
WHEREAS, the Principal has entered into a certain written contrac# with t�e City awarded
the�� day of �Pnm �ipd' _, 20 fi�Q ,, which Cantract is hereby referred to
and a�nade part hereof for all parposes as if fully set forth herein, to fumish aIl rnaterials, equiprnent
labar and other accessories as defined by law, in the prosecUtion of the Work, including any Work
resulting from a duly authorized Cl�anga Order (collectively herein, the "Work") as pravided for in said
contract and designated as 1'e�� •c ic�n Side��r�lk Inr �re►vemer7ts �ller .lvenue , rvirr Mar�s reld H�vv. io
C��ic��,st�r4� ftrr�,; CI'N 1 Ut)h,37,.;,; and
26 WHEREAS, Principat hinds itself to use such materials and to so eonstruct the Work in
27 accordance with th� plans, specificatians and Contract DocUments that the Work is and will remain free
. 28 from defects in znaterials or workmanship for and during the period of twn {a) years after the date of
�9 Final Accepiance of the Work by the City ("Maintenance Period"); and
3D
a
CITY OF FQRT WORTH
STANDARD CONSTRUCTION SP$CIFICATION DOCUMENTS
Revised July 1, 20l I
Peile.r�riari Sideiralk lrriprnremm�ls �11i�ler �Is�enr�e
Cl'N: f0UG37
�ond #��04�24 .
0061 ]9-2
; MAit�lTENANCE BOiVD
t'age 2 of 4
� WH�REAS, Principal binds itself ta repair or reconstr�ict tlle Work in wilole ar in part ��pon
, z receiving notice from tl�e City of the need tl�erefar at any time wici�in the Maintenance Period.
3 •
4 NOW TH�REFQRE, the condition of tl�is obligation is suci� that if Principal sllall remedy any �
5 defective Work, for wl�icl� timely notice was provided by City, to a completion satisfactory to the City,
6 tlzen this obligation sliall become »u�[ and void; otherwise to remain in ful! force and effect, �.
7
: S PROViD�D, HOWEVER, if Principal sha11 fail so to repair or reco�}str��ct any timefy noticed
9 defective Work, it is agreed that tl�e City may cause any and a11 such defective Work to be repaired andlor ,.
iD recanstrE�cted witl� all associated costs tizereaf being borne by the PrincipaE ar�d the Surety under tl�is
11 Maintenance bond; and - ,
�z
13 PR4VIDED Fl1RTHER, tiiat if'any lega! action be filed on this Bo��d, venue sl�al! !re in Tarrant ��
1�1 Coiinty, Texas or the Unit�d States Disti•ict CoEu•t for ti�e Nartheri3 Dist�-�., i oi'Texas, l�ort Woi�th Divisioi�;
15 and
15
17 PROV1uEp FURTNER, that t>>is obligation sbal! be contirnioEis in natiu•e and successive ���
18 recoveries �nay be izad hereon for successive breacl�es.
I9
20
�..
' 21
�
CffY UF FOft'i' WUR7'1I . <<n .�,n�r.:,���� �����„ �,.y,,..i,,.:� �.:.. ;�:.,.: �� ;...
S7'AiVl7ARD CONSTItUC7'�QN SPECICICAT[ON DOCUMf_N'!'S � '�' � r������ � � � `
�tevisedJuly 1,2a11
I'
'
�
�ond #�4a04�224
0061 19-3
MAiNTENANCE [30ND
Page 3 of4
1 IN WiTNESS WHEREOF, the Principal and the Surety have each STGN�D and SEALED this
2 instrurnent 6y duiy authorized agents and o:F�cers on this fhe 2.3r� day of__ � t,� iu
��-�._
3 ,20T11 .
4
ATTEST:
�
(Principal} Secretary
� ���-�--� , ..
Witness as to rincipal
Nr��o�n R F��hP,r,. �.i.�.... .,.,.P..cP�d�n��-
Name and Title
Address:
PO Box 397
Rhome. TX 7607 _
SURETY:
FCCE Insurance Cornpany
ATTEST:
NIA
(Surety) Secretary
BY: �� , //
_�.. _ _.____
Signature
Jarrett Wilfson, Attprney-in-Fact
� Name and Title
Address
CITY OC' FORT WORTH
STANDARD WNSTRi1CT[ON SPEC[FICATION DOCUNIENTS
Revised July 1, 20l i
PRiNCIAAL:
2L Construction, I�.L.C.
�
] 7 �,�
BY: ` ,� ,
gnature
2255 Ridge Road, Ste. 333
Rockwail. TX 75087
!'edesrrrun Side�s•n!k I�»y!•nve�rre�us hlrller .I i�eno�e
CPiC� 1nnG37
i
�
�ond #�140422�
0061 19-4
[viAltJ'PENANCE 80ND
Page 4 af4
'--�-�'--� '� _ _ - -- -
� Witness as to Suret Muni Ra�ah Te�e l�one
Y Bond Account P
Manager Number:
. �
972-772-7220
z *Note: If signed by an officer of the Sqrety Company, there must be on file a certified extract fro�n tha
3 by-laws showing that this p�rson has autho��ity to sign such obtigation. If 5urety's physical
4 address is different from its maiiing address, both must be provided. The date of the bond shall
� nat be prior to the date the Contract is awarded.
�
;
cri Y ar roit�r wo�i'r� E : .... ..:..... ...... :...:.. . .. .. � .:.: . . � . .,
ST�TJ1�ARp CONSTRIfCT[ODi SPF.CIP[CAT[ON llbCUivfENTS � Y'� 1��+�r�_� !--;
Revised luly l, 201 I
..��
�` � �� �[ 4]�IAI`CI;
��I'
C3�RlEFt�L_ P��IV�� �� �+ii�RNI�Y
Know al! men by these presents: That fhe FCCi Insurance Company, a Corporation organ�zed and existing under
the laws ot the State of Florida {the "Corporativn") does make, constiiute and appoint:
Misfi� Beck; Jarrett Willson; Robert G Kanuth; Roberk J Shuya; Jack Nottingham; Jay Jordaro;
Jade Pqrter; Tony Fierro; Johnny Moss; Jererr�y Barnett; Muni Rabah
Each, its #rue and lavv�ul At#orney-In-Fact, fo make, execute, seal and deliver, far and on its behalf as surety, and
as its act and de�d in ali boncls and undertakings provided that no bond or under�aking or contract of suretyship executed
under khis authority shall exceed the sum of (not to exceed $10,000,000.00): $10,Op0,000.00
ihis Power of AttorRey is made and executed by authority of a Resolution adopted by the Board of Direcfors. Tha�
resoluiion also authorized any further action by #he officers of the Company necessary to effect such transac#ion.
The signatures belaw and #he seal of ti�e Corporation may be afFixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon fhe Carporation when so affixed and in the future with regard #o any
bancl, undertaking or contract af surety #o wnicn it is attached.
In witness whereaf, the FCCI Insurance Company has caused these presents to be signed by its dUly authorized
officers and i#s corporate Seal to be hereunfo affixed, this 23rd day of Ju�y , 2020 .
At#est: �/��' r�J_ L.�/��— ; ����n�ic�'�p... ��-_
- `� �FiF'G7fyqh'�?,d :
Christina D. Welch, Pr�sident ���'�° ���'� Chris#o her Shoucair,
��-� S�l�L ;�' P
FCCI Insurance Company �,,y,� EVP, CFO, Treasurer, Secretary
•,�����pP;�� FCCI Insurance Company
S#ate of F'�orida �����^
County af Sarasota
Before me this day persanally appeared Chris#ina �. Welch, who is personally known to me and who executed
the foregoing documenf far ti�e purposes expressed therein.
,.,�
M comrnission ex ires: 2/27/2023 �� NalAryPubGCSiMea�F�+ide -�,�
Y p A69YY SR6W c �
��E auas ar�xr�ox�.� x�'S°5 Notary PUbGC
a
Stat� of Florida
Counfy of 5arasota
Befvre me this day persanally app�ared Christopher 5houcair, who is persar�ally known to me and wha
executed the foregoing docum�nt for the purposes expressed therein.
Y n p� Nolary Pu41ic3U1e of Florida { �J,� � �
M commission exrires: 2/27/2023 ; Pe96YSnoW � hz �.��
My Conu;we�ian GG 2885V6
ia ,,,� ��,r�,sa�ix�r.mza Notary public ��
�����������
I, the undersigned Secretary of FCCI Insurance Company, a�lorida Corporation, DO HEREBY CERTIFY fhat the
foregoing Power of Attorney remains in fu(f force and has nok been revoked; and furthermore that the �ebruary 27, 2020
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force.
Dated khis day of
Christopher 5houcair, EVP, GF'a, 7reasurer, Secretary
FCCI Insurance Company
1-fONA-3592-NAA4, 71202D
COMMERCIAL GENERAI. LIABIL.ITY
CGL 484 (10 13)
THIS ENDORSEMENT CHAEVGES THE POLICY. P�EASE READ IT CAREFULLY.
���i�ioi���, ii��u��� - o�vi���s, ��ss��s �� c�i���,�c���� -
AUT�i�e4ilC ST�4TUS VhIHE�I �EC�UIFtED I� ��NSiRU�iION
��R��i�II�N� �11�H YOU �-- ONG�ING ���RA�iO�S �N�
P�ODUCTS�COIVlPL�i€D OP�RAZIO�IS
This endorsement modifies insurance provided under the folfawing:
COMMERCIAL GENERAL LIABIE.ITY COVERAGE FORM
A. Section li — Who Is An Insured is amended to include as an additional insured:
'i . Any person or organization for whom you are perForming operations when you and such person or
organization have agreed in wrifing in a contract or agreement in effect during the term of this policy that
such person or organization be acEded as an additiona] insu�-ed on your policy; and
2. Any ofher person or organization you are requi�'ed io add as an additional insured und�r fhe contract or
agreement described in Paragraph 9. abave; and
CGL 084 (10 13} Includes copyrighted material of the [nsurance Services Offices, Inc. with its permission. Page 'I of 3
Copyright 2013 �CCI Insurance Group.
Quor�
(Information requir�d io complet� this Sch�dule, if not shown above, wilf be shown in the Declarafions.)
3. The pariicular person or organization, if any, scheduled abave.
Such persan(s) or organization(s) is an additional insured anEy with respect to liability for "bodily injury",
"praperty damage" or "persanal anc! advertising injury" occurrin� a#ter the execution of the contract ar
agree�nent described in Paragraph 1. abo�e and caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting an your behaff in t�e performance of yaur ongaing operations for
the additional insured; or
3. "Yaur work" perfarmed for the additional insured and incfuded in fhe "products-completed operations
hazard" if such cov�rage is sp�cifically required in the written contract or agreemeni.
However, the insurance afforded to such additional insured(s) describecE above:
1. Only applies to thte extent permitted by law;
2. Wi�� not be �roader than that which you are required by the contract or agreement to provide for such
addifiianai �nsured;
3. Wiff not be broader than that which is affarded to you under this policy; and
4. Nothing h�:rein sF�a�! �xtend th� term of this policy.
B. The insurance pro�ided to the additional insured does not apply to "bodify injury", "property damage" or
"personal and ad�ertising injury" arising out of the rendering of, or #he failure to render, any professionaf
architecturaf, engineering or surveying se�vices, incf€ading:
1. The preparing, appro�ing, or failing fo prepare or approve, maps, shop drawings, apinions, re�orts,
surveys, field orders, change orders or drawings and specifications; or
2. Super�isory, inspection, architecturaf or engineering activities.
C. Ti�is insurance is excess over any other vafid and coll�ctibl� insurance availab[e to #he addifional insured
whether on a primary, excess, confingent or any other �asis; unless the written contract or agreement
requires that this insurance be primary and non-cantributory, in which case this insurance wilf be primary and
non-contributory relative to insurance on which the additional irtsured is a Named Insured.
D. With respect io the insurance afforded to these additional insureds, the following is added to Section I�C —
Limits of [nsurance:
The most we will pay on behalf of the additional insured is the amaunt af insurance:
1. Req�ired by tne contract or agreerr►ent described in Paragraph A.�.; or
2. Available under the applicable Limits of Insurance shown in fhe Declarations;
whichever is less.
This endorsement shall not increase t�e applica�fe Limits of Insurance shown in the Qeclaratians.
�. Section IV — Cammercial General Liability Conditions is amended as follows:
The �uties [n The Event of Occurrence, Offense, C�aim or Suit condition is amendecE to adcE t�e following
additional conditions applicable to the additional insured:
An additional insured under this endorsement must as soon as practicable:
CGL 084 (10 13) lncludes copyrighted material of the Ins�rance Services Offices, Inc. with its permissian. �age 2 of 3
Copyright 20'i3 FCCI Insurance Group.
QUOTE
'!. Give us writien notice of an "occurrence" or an offense which rnay resuft in a claim or "suit" under this
insurance, and of any claim or "suit" that does result;
2. Send us copies of all legal papers recei�ed in connection wit� the claim or "suit", cooperate wifh us in the
�nvestigation or settlement of the cla�rn or defense against the "suit", and otherwise corr�ply with all policy
conditions; and
3. 7ender the defense and indemnity of any clairr� or "su�t" to any pravider of other insurance which would
co�er the adcEitional insured for a loss we cover under this endorsement and agree to make available all
such other insurance. However, this condition does not affect Paragra�h C. above.
We have no duty to defend ar ir�clerr�nify an additional insurecE under th�s endorsement until we receive from
the additional insured written notice of a claim or "suiY'.
F. This endorsament does not apply to any addifiona� insured or project that is specifically idenfified in any other
additional insured endorsement attached to the Commercial General Liability Coverage Form.
CGL 084 {10 T3} Ir�cludes copyrighted material of the [nsurance Services OfFices, fnc. with its permissian. Page 3 of 3
Copyright 2013 FCCi Insurance Group.
(�UOTE
CbNIMERCl�1� GENERAL LIABILITY
CGL 088 (01 15)
TF�IIS �NdORS�M�N1� CNANG�S iH� POLICY. PLEAS� R�AD I`� CAR�FULLY.
�I�S I Cb�l�� �Oi�����Y�R� �IA�i�I��( ����h���Y�II�N�
This endorsement madifies insurance provided �nder the following:
COMMERCIAL GENERAL LiABILITY COVERAGE FORM
NOTE: The folfowing are aclditions, replacements and amendments to the Commarcial General Liabifity Caverage
Form, and wil� apply unless �xcluded by separat� �ndarsement(s) to fhe Commercial Gen�:ral Liability Coverag� Form.
The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amencied as fallows:
SECTION I- COV�RAG�S, COVERAGE A. BODILY iNJURY AND PRO�ERTY DAMAGE is amended as follows:
1. Extended "Property Damage"
�xclusion 2.a., �xpected ar fntended Injury, is replaced with the following:
a. "Bodily injury" ar "praperty damage" expected or intended from fhe standpoint of the insured. This
excfusion does not apply io "bodily injury° or "property darr�age" resulting from the use of reasonable
force to protect persons or property.
2. Non-awned Watercraft
Exclusion 2.g. {2) (a) is replaced with the following:
(a) Less than 51 feet lang; and
3. Property Damag� l.iability —�orrovv�d Equipment
The following is added to Exclusion 2.j. (4):
Paragraph (4) of ihis exclusion does not apply to "property damage" to borrowed equipment while at a
jobsite and not being used to p�rform op�rations. The most we will pay for "property damage" to any one
borrowed equipment item under this coverage is $25,000 per "occ�rrence". ihe insurance afforcled under
this prouision is excess over any other valid and collectible property insurance (including deductible}
available to the insured, wheth�r prirnary, excess, contingent or on any other basis.
4. Limited Electronic Daia Liahility
Exc�usion 2.p. is repiaced with the following:
�. Electronic Data
Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or
inability to manipuiate "electronic cEata" that does not result fror� physica! injury to tangible property.
The most we will pay under Coverage A for "property damage" because of all ioss of "electronic data"
arising out of any one "occurrence" is $10,000.
We have no duty to in�estigate or defend claims or "suits" co�ered by this LimitecE Electronic Data Liability
coverage.
The following clefinifion is added to S�CTION V— DEFIN1TtONS of the Coverage Forrn:
"Electronic data" means information, facfs or programs stored as or on, created or used on, or transmifted
to or from corrtp�ter software (including systems and applicafions software), hard or flappy disks, CD-
ROMS, tapes, drives, cells, data processing cEevices or any other rnedia which are used with electronicafly
controlled ec�uipment.
CGL 088 (0'1 'I5) Includes copyrighted material of the lnsurance Services O�fice, Inc., with its permission. Page 1 of 14
Gopyright20'f5 FCCI Insurance Group
QllOTE
COMM�RCIAL GLNERAL LIABlLI'1"Y
CGL O88 (01 15}
For purposes of this Limited Elecironic Data Liability co�erage, the definition of "Property Damage" in
SECTION V— D�FINI710NS of the Coverage Form is replaced by the following:
17. "Prop�rty damage° m�ans:
a. Physical injury to tangible property, incfuding all resulting loss of use of that property. All such loss
of use shall be deemed fo occur at th� time of the physical injury that caused it;
b. Loss of use of tangible property that is not physically injured. All such �oss of use shall be deemed
to occur at ihe time of the °occurrence" that caused it;
c. Loss of, loss of use of, damag� to, corruption of, inability to access, or inability to properly
manipufate "electronic clata", resulting from physical injury to tangible property. Afl such lass af
"electronic data" shalf be deemecE to occur at the time of the "occurrence" that caused it.
For purposes af this �nsurance, "electronic data" is not tangible property.
S�C710N I— COV�RAGES, COVERAG� B. P�RSONAL ANb ADVER7ISING INJURY �IABILI7Y is amended
as follows:
Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted.
S�C710N I— COV�RAG�S, the following coverages are added;
COVERAG� [7. VOL.UNTARY PROPERi'Y DAMAGE
1. [nsuring Agreement
We will pay, at your request, for "property damage" caused by an "occ�rrence°, to property of others
caus�d by you, or while in your possession, arising out of your busin�ss op�rations. The amount we will
pay for darnages is described in S�CTfOl� III LIMII"S OF INSURANCE.
2. �xclusians
This insurance does not apply to:
"Property Damage° to:
a. Property at premises owned, rented, leased or occupied by you;
b. Property while in transif;
c. Property owned by, rented to, ieased to, loaned to, borrowed by, ar used by you;
d. Prernis�s you sell, give away, or abandon, if tF�� "property damag�" aris�:s out of any parE of those
premises;
e. Property caused by or arising out of ti�e "producfs-completed operations hazard°;
f. Mofor vehicles;
g. "Your producY' arising out of it or any part of ii; or
h. "Your work" ar�sing out of if or any part of it.
3. Deductible
We wil! not pay for loss in any ane "occurrence° until the amount of loss exceeds $250. We will then pay
the amount of loss in excess of $250 up to tF�e appficable limit of insurance.
4. Cost Factor
In the event of a covered loss, you s�all, if requested by us, replac� the damaged property or furnish the
labor and rr�aterials necessary for repairs thereto at your actual cost, exduding profit or overhead
charges.
CGL 088 (0'E 15) Includes copyrighted material of the lnsu�ance Services Office, Inc., with its perrnission. Page 2 of 14
Copyright 2015 FCCE Insura�ce Group
QUOTE
COMMERCIAL GENERAL LIABILITY
CGL 088 {01 15)
ih� ins�rance afforded under COVERAGE D is excess o�er any other valid and collectible property or inland
marine insurance (including the deduc#ible applicabie to the property or inland marine coverage) available to
yo� whether primary, excess, contingent or any other basis.
Coverage D covers unintentional damage or destruction, b�at does not cover disappearance, fheft, or loss of
use.
Ti�e insuranca under COVERAGE D does not apply if a loss is paid under COVERAGE E.
COVERAGE E. CARE, CUSTODY OR CONTROL
1. Insuring Agreement
We will pay those sums that the insured becornes ]egaffy obligated to pay as damages because of
"property damage" caused by an "occurrence", #o property of others while in your care, custody, or control
or property of others as to which you are exercising physical cantrol if fhe "proparEy darrEage" ar�ses ouf of
your business operations. The amount we wiEl pay for damages is described in S�C7[ON I11 LIMII'S OF
INSURANCE.
2. �xclusions
1"his insurance does not apply to:
"Property Damage" to: �
a. Praperty at premises owned, reRted, IeasecE or occupied by you;
b. Proper#y wi�ile in transit;
c. Premises you sell, give away, or abandon, if fhe "property damage" arises out of any parE of those
premises;
d. Property caused by or arising out af the "produc#s-completed operations hazard";
e. Motor vehicles;
f. "Your producf" arising out of it or any part of it; or
g. "Your worEc" arising out of i# or any part of it.
3. Deductible
We will not pay for loss in any one "occurrence" until the amount of loss exceeds $2�0. We will then pay
the amount of loss in excess of $250 up to the a�plicable limif of insurance.
4. Cost Factar
In the event of a covered loss, you shall, if requested by us, replace fihe damaged property or furnish the
labor and materials necessary for repairs th�reto at your actual cost, excluding profit or o�erh�ad
charges.
The insurance afforded under C�VERAGE E, is excess over any other valid and co]lectible property or inland
marine insurance (irtcluding the deductible applicable to the property or inland marine co�erage) a�ailable to
you wi�ether primary, excess, contingent or any other basis.
The insurance under COV�RAGE � does nat apply if a�oss is paid uncEer COVERAGE D.
COVERAGE F. LIMITED PRODUCT WITH�RAWAL EXPENSE
1. Insuring Agreement
a. If you are a"seller", we wili reimburse you for "producf witf�drawal expenses" associat�d with "your
product" incurred because of a"product withdrawal" to which this insurance applies.
The amount af such reimbursement is limited as described in SECTION 111 - LIMITS OF
If�SURANCE. �!o other obligafion or liability to pay sums or perForrn acts or services is covered.
CGL p88 (01 15) lncl�des copyrighted material of the insurance Servic�s Office, ]nc., with its permissian. Page 3 of 14
Copyright 2095 FCCI Insurance Group
QUOiE
COMMERCIAL CENERAL LlABILITY
CGL 088 (01 15)
a. ihis insurance �p}�lies to a"product withdrawal" only if the "product wit�drawal° is initiated in the
"coverage terr�tory" dUring the policy period because:
(1) You determine thafi the "praduct withdrawal" is necessary; or
(2) An authorized government entity has ordered yau to conduct a"product withdrawa�".
c. We will reimburse onfy t�ose "praduct withdrawaf expenses" which are incurred ar�d repor#ed to us
within one year of the date fhe "product withdrawal" was initiated.
d. TF�e initiation of a"product withclrawal" will be deemed to have been rriade only at the earliest of the
following times:
(1) When you have announcad, in any manner, to the general pubfic, your �endors or to your
employees (other than those ernployees directly involved �n making the determination) your
decision to conduct a"product withdrawaf" This applies regardless of whether the determination
fo conduct a"prod�ct withdrawal" is made by you or is requested by a ti�ird party;
(2) When you received, either orally or in writing, nqtification of an order from an autharixed
government entity to conduct a"praduct w�thdrawal; or
(3} When a third party has initiated a"product withdrawal" and you communicate agreement with the
"product witndrawal", or you announce ko the general pubfic, your vendors ar to your employees
(ather fhan those employees directly invol�ed irt making fhe determination) your decision to
participate in the "product withdrawal", whichever cor-nes first.
e. "Product w�thdrawal expenses" incurred to withdraw "your products" w�ich contain:
(1) The same "defect" will be de�m�d to ha�e arisen out af the same "product withdrawaP'; or
(2) A different "defecY' will f�e deemed to have arisen out of a separate "procfuct withdrawaf" if newly
determined or ordered in accordance with paragraph 1.b of this coverage.
2. Exclusians
i"his insurance does not apply to °product withdrawal" expenses" arising out of:
a. Aroy "product wit�drawa]" ini#iated due to:
(9) The tailure of "your �roducts" to accomplish their intended purpose, including any breach of
warranty of fitness, whether written or implied. This exclusion does not apply if suci� failure has
caused or is reasonably expected fo cause "bodily injury" or physical damage to tangible
properfy.
(2) Copyright, patent, trade secret ar traderr�ark infringements;
(3) Transformation of a chemical nature, deterioration or decomposition of "your produc#", except if it
is caused by:
(a) An error in manufacturing, design, processing or transportation of "yo�r product"; or
(b) "Product tampering".
(4) Expiration of the designa#ecE shelf life of "your product".
b. A"praduct withdrawal", inifiat�d because of a"defect" in "your product" known to exist i�y the Narned
Insured or the Named fnsured's "executive officers", prior to the inception date of this Co�erage Par#
or prior #o t�e time "your product" leaves your controf or passession.
c. Recall of any specific products for which "bodify inj[ary" or "property darrtage" is excluded under
Co�erage A- Bodily fnjury And Property Damage Liability hy endorsement.
d. Recall of "yaur products" which have been banned from the market by an authorized governrnent
�ntity prior io the policy period.
e. The defense of a claim or "suit" against you for "product withdrawal expenses".
CGL OS$ (01 15) Inc�udes copyrighted rrzaterial of the Ins�ranc� S�rvices Office, Inc., wit� its permiss3on. Page 4 of 14
Copyright 2015 �CCI IRsurance Group
QUOTE
COMM�RGIAL. G�N�F2Al.1.lABILITY
CGL 088 (OT 15)
3. For the purposes of the insurance afforded under COV�RAGE F, the following is added to 2. Duties [n
The E�ent Of Occurrence, Offense, Claim Or Suit Condi#ion under S�CTION IV — COMMERCIAL
GENERAL LIABILI7Y COiVD1710NS:
e. Dufies In The Event Of A"Defect" Or A"Product Wit�drawal°
(1) You musf see to it that we are notified as soon as pracficable of any actual, suspected or
threatenecf "defect° in "your products", ar any governmen#al investigafiion, that rnay result in a
"product withdrawaP'. To #he �xtent possibl�, notic� shoulc! include:
(a) How, when and where the "defect" was discovered;
(b) The names and addresses of any injured persons and witnesses; and
(c) The nature, locat�on and circumstances of any injury ar damage arising out of use or
consumption of "your product".
(2) If a"producf witf�drawal" is initiated, you must:
(a) Immediately record fhe specifics of the "product wifhdrawal" and the date it was initiated;
(i�) Send us written notice af the "product withdrawal" as soon as practicable; and
(c) Noi release, consign, ship or disfribute by any o#her mefhad, any product, or lik� or similar
products, with an actual, suspected or threatened defect.
(3) You and any oiher inuolved insured musf:
(a) Immediately send us copies of pertinen# carrespondence received in connection wifh the
"product withdrawal";
(b) Authorize Us fo obtain records and other information; and
(c} Cooperate with us in our investigation of the "praduct withdrawal".
4. F'or the purposes of this Coverage �, the fof�owing definitions are added to the Definitions Section:
a. "Defect" means a defect, deficiency or inadequacy fhat creates a dangerous condifion.
b. "Product tampering" is an act of intentional alteration of "yo�r product" which may cause or has
caused "bodily injury" or physical injury to tangible property.
When "product tampering" is known, suspect�d or threatened, a"product withdrawal" will not be
limited to those batc�es of "your product" which are known or suspected to have been tampered wiih.
c. "Product withdrawal" rneans the recall or withdrawal of "your products", or products which contain
"yo�ar products", from the market or from use, by any other person or organization, because of a
known or sus�ected "defeci" in "your prod�ct", or a known or suspected "procEuct tampering", which
has caused ar is reasonably expected fo cause "bodily injury" or physicai injury to tangibla praperty.
d. "ProdUct withdrawa] expenses" means those reasonable and necessary extra expenses, Eisted below
paid and directly related to a"praduct withdrawaP':
{1) Costs of r�otification;
(2) Costs of stationery, envefopes, production of announcements and postage or facsimiles;
(3) Costs of overtime paid to your reg�lar non-salaried employees and costs incurred by your
employees, Encluding cosfs of transportation and accommodations;
(4) Costs of computer time;
(5} Costs of hiring intEependent contractors and otF�er temporary �mployees;
(6) Costs of transportation, shipping or packaging;
(7) Costs of ware�ouse or storage space; or
CGL 0$8 (01 15) ]ncludes copyrighted material of the Insurance Services Office, Inc., witF� its permission. Page 5 of 'E4
Copyrighf 2095 FCCI Insurance Group
QUOF�
COMNI�RCIAL GEN�RAL LIABiLITY
CGL 088 (01 95)
(8) Costs of proper disposa� of "your products", or products that confain "your proclucts", that cannof
be reused, not exceeding your purchase price or your cost ta produce #he prod�cts; but "product
withdrawaf expenses" does not include costs of the replacem�nt, repair or redesign of "your
procEuc#", or the casts of regaining your market share, goodw�ll, revenue or profit.
e. "Seller" means a persan or organizafion that manufacfures, sells or distributes goods or products.
"Seller" does not include a°cor�tractor" as defined elsewhere in #his endorsement.
The insurance under C�V�RAG� F does not appEy if a loss is paid under COVERAGE G.
COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS
1. Insuring Agreement
If you are a"contractor", we wll pay those sums tha# you become iegalfy obligated to pay as damages
because of "property damage" to "your product", "your work" or "impaired property", due to fa�alty
workmanship, maferial or design, or praducts including consequential ]oss, to which this insurance
applies. The damages must have result�d from your neglig�r�t act, error or omission while acting in your
busirtess capacity as a contracfor or subcontractor or from a defect in material or a product sold or
installed by you while acting in this capacity. The amount we will pay for damages is described in
SECTION III LIMITS OF �NSURANCE.
We ha�e no duty to investigate or cEefend claims or "suits" covered by this Contractors Errors or
Omissians caverage.
This coverage applies only if the "prope�ty damage" occurs in the "co�erage terri#ory" during the policy
period.
This coverage daes not apply to additio�al insureds, if any.
Supplernentary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and
Orr�issior�s.
2. Exc�usions
This insurance cEoes not apply to:
a. "Bodily injury" or "personal and ad�ertising injury".
b. Liability or penalties arising from a cE�lay ar failur� to complete a contract or project, ar fo camplete a
contract or pro�ect on time.
c. I..iabiiity because of an error or ornission:
(1) In fhe preparation of estimates ar job casts;
(2) Where cos# estimates are exceeded;
{3) In the preparation of estimafes of profit or r�turn on capital;
{4) [n advising or failure to advise on financing of the work or project; or
(5) In advising or failing io advise on any legal work, title checks, form of insurance or suretysh�p.
d. Any fiability which arises out of any actual or alleged infringement of copyright or trad�mark or frade dress
or patent, unfair competition or piracy, or theft or wrongful taking of conce�ts or intellectual properiy.
�. Any liabilify for cEarnages:
(1) From the intenfional dishonest, fraudulent, maliciaus or criminal acts of the Named l�sured, or by
any partner, member af a limited liability corr3pany, ar exec�ti�e officer, or at the directio� of any
of them, or
(2) Which is in fact expected or intended by the insured, even if t�e injury or damage is of a different
degree or type than actua9ly expected or infiended.
CGL O88 (01 15) Includes copyrighted material of the Ensurance 5ervices Office, ]nc., with its permission. Page 6 of '[4
Copyright 20'f5 FCCI Insurance Group
QUOTE
COMkUfERC�AL GENERAL LI/181LITY
CCL 088 (09 15)
f. Any liability arising out of man�facturer's warranties or guarantees whether express or implied.
g. Any liability arising fram "property darnage" to property owned by, rented or leased to the insured.
h. Any liabif�ty incurred oT "property damage" whic� occurs, in whole or in part, before you ha�e
completed "your wark." "Your work" will be deemad com�feted at the earliest of the following times:
(1} When ali of ih� woric called for in your contract or work ordeT has beer� corr�pl�ted;
(2) When all the work to be done at the job site has beer� compfeted if your cantract calls for worEc at
more than one job site; or
(3) When that part of fhe work done at a job site f�as been Pui to its intended use by a�y person or
organization other than another contractor or subcontractor working on t�e same project.
Work that may need service or maintenance, correction, repair ar replacement, but which is otherwise
complete, will be treatecE as complete.
i. Any liability arising from "property damage" io producfs fhaf are s#ill in your physical possession.
j. Any liability arising ouf of the rend�ring of or failure to render any prafessioRal services by you ar on
your behalf, but only with respect to either or 6oth of the following operatfons:
(1) Prouiding engineering, architectural or s�rveying services to others; anc!
{2) Provicling or hiring ind�pendent professionafs to provide engineering, architectural or surveying
services in connection with construction worEc yau perForm.
Professional ser�vices include the prepari�g, approving or faili�g to prepare or approve, maps, shop
drawings, opinions, repo�is, surveys, field orders, change orders, or drawings and specifications.
Professionaf services also include supervisory or inspection activities perFormed as par� of any related
architectural or er�gir�eering actiuities.
But, professionaf services do nat inc�ude services within consfruction means, methads, techniques,
seq�ences and procedures em�[oyed by yau in conneciion with construction work you perform.
k. Your loss of profit or expecfed profit and any liability arising th�refram.
l. "Property damage" to property other than "your product," "your work" or "irr�paired property."
m. Any liabili#y arising from claims or "suits" where the righf of action against t�e insured has been
relinquished or waived.
n. Any iiability for "prope�iy damage" to "your wark" if the damaged work or the work out of which the
damage arises was pertormed on your behalf by a su�cantractor.
o. Any liability arising from the substitution of a material or product for one specified an blueprints, work
orders, contracts or engineering specifications unfe5s there ha5 been written aut�orization, or unless
the bluepr�nts, work orders, contracts or �ngineering specifications were written by you, and you f�ave
authorized the changes.
p. �iabiliky of others assumed by the insured under any contracf or agreernent, whether oral or ir� wrifing.
This exclusion do�s not apply to liability for damages that t�e insuretE would have in the absence of
t�e contract or agreement.
3_ For the purposes of Coverage G, the following definition is added to the Definitions section:
a. "Contractor" means a person or organization engaged in acti�ities of buiiding, clearing, filing,
excavating or improvement in the size, use or appearance of any structure ar land. "Contrackor" does
nat include a"seller" as defined elsewhere in t�is endorsement.
4. Deductible
We will not pay for loss in any one "occurrence" until the amount af loss exceeds $250. The limits of
insurance will not be reduced by the applicafion of ihe deductible amount.
CGL 088 (Q'f 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14
Gopyright 2015 FGCI fnsurance Group
Quo-re
COMMERCIAL. GEN�RAI. [.IABII.lTY
CGL 088 (01 15)
We may pay any part or aff of the deductible amo�nt to effect settfement of any claim or °suit", and upon
notification of the action taken, you shall promptly reirr�burse us for such part of fhe deductible amount as
has been paici by us.
5. Cost Factor
In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the
labor and materials neces�ary for repairs thereta at your actual cost, excluding profiit or overhead
charges.
ihe insurance under COV�RAG� G does not apply if a loss is paid under COVEFtAGE F.
COVERAGE N. LOST K�Y COVERAGE
'I. Insuring Agreemer�t
We will pay those sums, subject #o the limi#s of liability descr�bed in S�C710N III LIMIiS OF INSURANCE
in this endorsem�nt and the deductible shown below, that you becom� legal�y obligated to pay as
damages caused by an "occurrence" and due to the foss or mysteriaus disappearance of keys entrusted
#o or in the care, custody or controf of yo�a or your "employees" or anyone acting an your behalf. The
damages covered by fhis endorsernent are limifed to the:
a. Actuaf cost of the keys;
b. Cost to adjust locks fo accept new keys; or
c. Cost of new IocEcs, if required, inclucEing the cost of installafion.
2. �xclusions
This insurance cloes noi apply to:
a. Keys ownecE by any insured, employees of any insured, or anyone acfing on behaff of any insured;
b. Any resulting loss af use; or
c. Any of ih� following acts by any insured, employees of any insured, or anyone acting on behalf of any
insurecl:
1) Misappropriation;
2) Conc�alment;
3) Conversion;
4) Fraud; ar
5) Dishonesty.
3. Ded�ctible
We will not pay for loss in any one "occurr�nce" until the amount of ]oss �xceeds $1,000. The limits of
insurance will not be reduced by the application of the cEeductible amounf.
We may pay any part or all of the deductible amaunt to effect setilement of any claim or "suit" and, upon
notification of the action taken, you shall promptly reimburse us for such part of tF�� dec�uctible amoun# as
has been paid by us.
�XPANDED COV�RAGE FOR TENANT'S AROPERTY AND PR�MIS�S RENTED 70 YOU
The first paragraph afiter subparagraph (6) in Exclusion j., Damage to Property is amended to r�ad as follows:
Paragraphs (1), (3j and (4) of this exclusion do not app[y io "property cEamage" (other than damage by fire)
to premises, including the contents of such premises, r�nted to you. A separate �imit of insurance applies
to Damage To Premises Rented To You as described in Section III — Limits Of Insura�ce.
CGL a88 (01 15) ]ncludes copyrighted material of ti�e ]nsurance 5ervices Office, Inc., with its permission. Page 8 of 14
Copyright 2015 FCCI Insurance Group
QUOTE
COMMERGIAL GENE�2AL LIABILITY
CGL 088 (01 15)
S�CTION I- COVERAGES, SUPPL�M�NTARY �AYMENTS — COV�RAGE A and B is amendec! as follows:
All references to SUPPLEMENTARY PAYMENTS -- COVERAGES A and 8 are amended to SUPPL.�M�NTARY
E'AYMEN�'S — COVERAG�S A, E3, D, E, G, and H.
1. Cast of Bai! Bonc�s
Paragraph 1.b. is replaced with the following:
b. Up to $2,500 for cost af f�ail bonds required because of accidents or traffic law violations arising out of the use
of any �ehicle to whicF� the Bodily Injury Liability Co�erage applies. We do not have fo furnish these bonds.
2. Loss of Earnings
Paragraph 1.d. is repfaced with t]�e following:
d. A]] reasonable expenses incurred by the �nsur�d at our requ�st fo assist us En #he investigatian or defense
of the claim or "s�it", incfuding actua� loss of earnings up to $500 a day because of time off from work.
S�C'TION II — WHO IS AN INSUR�D is amended as follaws:
Z. Incider�tal Malpractice
Paragraph 2.a.(1)(d) is repfaced with the follaw�ng:
(d) Arising out of his or her pro�iding or faiii�g to provide prof�ssional healfh care services. However, t�is
exdusion does not apply to a nurse, emergency medical technician or paramedic employed by you to
provide medical services, unless:
(i) You are �ngaged in the occupation or business of providing or offering medicaf, surgical, dental, x-ray
or nursing services, treatment, advice or instruction; or
(ii) The "employee" has anather insurance that would also cover clairr►s arising under this provision,
whether the other insurance is primary, excess, contingent or on any otf�er basis.
2. Broadened Who Is An lns�red
The fol[owing are added fa Paragraph 2.:
Subsidiaries
e. Your subsidiaries if:
(1} They are legally incorporatecE entities; and
(2} You own more than 50% of the �oting stock in such subsidiaries as of the effective date of this policy.
If such subsidiaries are not shown in the Declarations, yau rnust report them tv us within 180 days of
the incepiiort of your original policy.
Additional Insureds
f. Any person or organization described m paragraphs g. through k. below wham you are required to add as
an additional insured on this poEicy under a writfen confract ar agreement in effect during the term of this
policy, provided the wri#te� con#ract or agreement was executed prior ta the "bodily injury", "prope�ty
damage" or "p�rsonaf and advertising injury" for which ihe additional insur�d se�ks coverage.
Hawever, the insurance afforded to such additional insured(s}:
(1) Only applies to the extent permitted by law;
(2) Will not be broader than thaf which you are required �y the contract or agr��:enent to provide for such
additional insured;
(3) Wilf nat b� broader fhan that which is afforded fo you under this policy;
(4) Is subject to the conditions described in paragraphs g. through k. below; and
(5) EVothing herein sha[I extend the term of this poficy.
CGL 088 (Q1 15} Includes copyrighted material of the [nsurance 5ervices Office, lnc., wit� its permission. Page 9 of 14
Copyrighi 20'E5 FCC] Insurance Group
Quor�
COMMERCIAL GENERAL LIA8ILITY
CGL 488 (01 15)
g. Owner, Lessor or Manager of Premises
If khe additional insured is an owner, lessor or manager of prernises, such person or organization shall be
covered onfy with respect to fiability arising out of the ownership, maintenance or use of that part of any
premises leased to yau and subject to tne fallowing additional exclu5ions:
(1) Any "occurr�nce" that takes plac� afier you c�as� to accupy those premises; or
(2) Strucfural alterations, new construction or demalition operations �erFormed by or on behalf of such
�erson or organization.
h. Stat� or Gov�rnmentaf Ag�ncy or SubcEi�ision or Political 5ubdivision — Permits or Authorizations
If the additional insured is the state or any politicaf subdivision, the siate or political subdivision shail be
coverec! only with respect to operations perFormed by you or on your behalf for which the s#ate or political
subdivisian has issued a permit or authorization. This insurance does not appfy to:
(7) `Bodily injury", "pra�erky cEamage", or "persanal and advertising inj�ry" aris�ng out af aperations
perforrned for fhe federal governmant, state or municipality; or .
{2) "Bodiiy injury" or "property damage" included wEthin the "products-completed operations hazard".
i. �essor of Leased Equipment
If the adcEitional insured is a lessor of leased equipment, such lessar shall be covered only with respect to
liability for "bodiiy injury", "property damage" ar "personal and ad�ertising injury" caused, in wi�ole or in
part, by your maintenance, operation or use of equipment leased to you by such person(s) or
organization(s). With respect to the insurance afforded to these additior�al insureds, this insurance does
not apply to any "occurrence" which takes place after the equipmen# fease expires.
j. Mortgagee, Assignee, or Receiver
�f ti�e additional Insured is a•mortgagee, assignee, or receiver of premises, such mortgagee, assignee or
receiver of premises is an additional insurec! only with respect to their liability as mortgagee, assignee, or
receiver and arising out of fhe ownership, maini�nanc�, or use of th� premises by you. This insurance
does not apply to structural alterations, new consiruction and demolition operations performed by or for
that person or organization.
k. Vendor
If the additiona� insured is a vendor, such vendor is an adclitional insured only with respec# to "bodily
injury" or "property damage° caused by "your products" which are distributed or sold in the regular course
of the vendor's busin�ss, subject #o the fol�owing additional exclusions:
(1) The insurance afForded to the vendor does not appEy to:
(a) "Bodily injury" or "property damage" for which the vendor is obligated fo pay damages by reason
of fhe assumption o� liability in a contract or agreement. 7his exdusion does not apply to liability
for damages tnat the vendor would have in absence of the contract or agreernent.
(b} Any express warranty unauthoriz�d by you;
(c) Any physical or chemical change in "your product" r-r�ade intentiortally by the vendor;
{d) Repackaging, ��less un�acked soie�y for the purpose of inspectian, demonstration, testing, or tf�e
substitut�on of parEs under instructions from the manufacturer, and then repackaged in the original
container;
(e) Any failure to make such inspections, adjustrnents, tests nr servicing as the vendor has agreed
to mak� or normally undertakes to make in the usual course of business, in connection with the
distribution or sale of the products;
(fl Demonstration, installation, ser�icing or repair op�rations, except such operations p�rformed af
the vendor's premises in connection with the sale of the product;
CGL 088 (01 15) Incfudes copyrighted material of the lnsurance Services OfFice, Inc., with its permission. Pa�e 10 of i4
Capyright 2015 FCCf Insurance Group
QUOTE
COMM�RCIAL GENERAL LIABILITY
CGL 088 (01 15)
(g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a
contain�r, part or ingredient of any other t�ing or substance by or for the vendor; or
(h) "Bodily injury" or "property damage" arising out of the sole neglig�nce af the vendor for its own
acts or omissions or those of its own acts or omissions or thase of its employees or anyone else
acting on its behalf. However, this excEusion does not apply to:
The exceptions contained in Subparagraphs d. or f.; or
ii. Such inspactions, adjusfinenfs, tests ar servicing as the vendor has agreed to make or
normally undertakes fo make in the usua! course of busin�ss, in connection wi#h the
distribution or sale of the products.
(2) This insuranc� does not apply to any insured person or organization, from whom you have acquired such
products, or any ingredient, pa�t or container, entering into, accompanying or containing such procEucts.
3. Newly Formed or Acquired Organizatians
Paragraph 3. is amended as follows:
a. Coverage under this provisian is afforded until the end of the policy period.
d Coverage A does not apply to praduct recaff expense arising out of any withdrawal or recaf! that occurred
before you acquired or formed the organization.
SECTION III -- LIM[TS OF INSURANC� is amended as follows:
�I. Paragraph 2. is replaced wi#h the following:
2. 7he Generai Aggregate Limit is the most we wili pay for fhe sum of:
a. Medica[ expenses under Coverage C;
b. Damages under Coverage A, except damages because of "bodily injury" ar "property damage"
included in the "products-cornpleted operations hazard";
c. Damages under Coverage B;
d. Voluntary "property darnage" payments under Coverage D;
e. Care, Custody or Controf damages under Coverage �.; and
f. Losf Key Coverage �ander Coverage H.
2. F'aragraph 5. is replaced with the fotlowing:
5. Subject to Paragraph 2. or 3. aboWe, w�ichever applies, the �ach Occurrence Limit is the most we wiil
pay for the sum of:
a. Damages under Coverage A;
b. Medical expenses under Coverage C;
c. Voluntary "property damage" payments under Coverage D;
d. Care, Custody or Control damages under Coverage E;
e. Limited Product Withdrawa] Expens� under Coverage F;
f. Contractors Errars and Omissions under Coverage G.; and,
g. Lost Key Coverage under Coverage H.
because of all "bodify injury" and "property damage" arising out of any on� "occurrence".
3. Paragraph 6, is replaced with the following:
6. Subject #o Paragraph 5. abo�e the Damage To Premises Rented To Yau I�imit is the most we wili pay
under Co�erage A for damages because of "p�operty damage" to any one prem�ses, while rented fo yau,
CGL 088 (01 15) fncludes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 af 14
Copyright 2015 FCC] Insurance Group
Quor�
COMM�RClAL GEIVERAL LIAB[LITY
CGL 088 (01 15}
or in the case of damage by fire or explosion, while rented to yoU or temporarify occupied by you with
permission of the owr�er.
The Damage to Premises Rented to You Limit is the higher of the �ach Occurrence Limit shown in the
Declaratior�s or the arr�ount sF�own in the Declarations as DarrEage To Premises Rented To You �imit.
4. Paragraph 7. is rep�aced with the foflowing:
7. Subject to Paragraph 5. above, the higher of $��,flDO or the Medicaf Expense Limi# shown in the
Declarations is the most we will pay under Co�erag� C for all m�dical expenses because of "bodily injury°
sustained by any one person.
5. Paragraph 8. is added as fallaws:
8. Subject to Paragraph 5. above, the rriost we will pay under Co�erage D. Voluntary Prop�rty Damage for
foss arising out of any one "occurrence° �s $1,500. 7he most we wilf pay in any one-policy period,
regardless of t�e number of claims made or suits broughi, is $3,000.
6, I'aragraph 9. is added as fallows:
9. Subject to Paragraph 5. above, the most we wil� pay under Coverage E. Care, Custody or Control for
"property damage" arising out of any ane "occurrence" is $'1,000. The rnost we wiii pay in any one-palicy
period, regardless of the number of cfaims macle or suits brought, is $5,000.
7. Paragraph 1U. is added as fallaws:
'10. Subject to Paragraph 5. abo�e, the most we will pay under Coverage F. Limited Produc# Withdrawal
Expense for "product withdrawal expenses" in any one-policy period, regardiess of the nurnber of
insureds, "praduct wifhdrawals° i�ifiated or number of °your products" withdrawn is $10,000.
8. Paragrap� 11. is added as follows:
11. Subject to Paragraph 5. abo�e, the most we will pay under Coverage G. Contractors �rrors and
Omissions for damage in any one-policy period, r�gardl�ss of th� number of insureds, claims or "suits"
brought, or persons or organizations making daim or bringing "s�aits" is $10,000.
For errors in co�tract or jab specifications or in recommendatians af products or rnaterials to be used, this
palicy will not pay for additioRa] costs of products and materials fo be used that would not have been
incurred had the correci recomrr�endations or specifications been made.
9. Paragrap� 12. is added as fvllaws:
12. Subject to Paragraph 5. above, the rrtost we wEll pay under Coverage H., Lost K�y Co�erage for damages
arising out of any one occurrence is $5�,000.
1�. Paragraph 13. is added as follows:
13. The General Aggregate Limit applies separately to:
a. Each of your projects away from premises owned by or rented to you; or
b. Each "location" owned by or rented to you.
"Location" as used in this paragraph means premises �nvofving the same or connecfing lots, or premises
whose connection is interrupted only by a street, roadway, waterway or righ#-of-way of a railroad.
11. Paragraph 14. is added as follows:
14. With respect to the insurance afforded to any additional insured provided coverage unc�er this
endorserrtent:
If coverage pro�ided to the additional insured is required by a contract or agreernent, the most we wiil pay
on behalf af the additiona] insured is the arnount of insurance:
a. Required by fhe contract or agr�ement; or
CGL p88 (01 15) Includes copyrightecE material of tf�e [nsurance Services Office, Inc., with its permissian. Page 12 of 14
Copyright 2015 FCCI Insurance Group
ctuore
COMMERCIAL GENERAL LIABILITY
GGL 088 (09 15)
b. AvailabEe under the appficable Limits of fnsurance shown in the Deciarafions;
whichever is fess.
This endorsetnent shall not increase the applicable Limits of Insurance shown in the Declarations.
SECTION 1V — COMMERCIAL GENERAL LIABiLfiY COi�DITIONS is amended as foltows:
1. Sub�aragraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is re�laced with the
fallowing:
a. You must see to it that we are notified as soon as �racticable of an "occurrence" or an offense which may
result in a claim. This requirement applies anly when the "occurrence" or offense is known to the
following:
(1} An individual who is the sole owner;
(2) A partner, if you are a parEnership or joint vent�are;
(3) An "executive ofFicer" or insurance manager, if you are a corporation;
(4) A manager, if you are a limited fiabifity company;
(5} A person or organization f�aving prop�r temporary custody of your property if you die;
(6} ihe legal representative of you if you clie; or
(7) A persan (other than an "employee") or an organization while acting as your rea] eskate manager.
To the ex#ent possible, notic� should incl�ade:
(9) How, wnen and where the'bccurrence° or offense took place;
(2) The names and adcEresses af any injured persons and witnesses; and
(3) The nature and locafion of any injury or damage arising out of the "accurrence" or offense.
2. The foliowing is added to Subparagraph 2,b. of Duties In 7�e �vent Of Occurrence, Offense, Claim, or
5 uit:
1"he requiremenf in 2.b.applies onfy when the "occurrence" or offense is known to the fol�owing:
('� ) An individual who is the sole owner;
(2) A partn�r or insurance manager, �f you are a partnership or joint venture;
(3) An "exec�ative officer" or insurance manager, if you are a corporation;
(4} A manager or insurance manager, if you are a limited liability company;
(5) Your officials, trustees, board members or insurance manager, if you are a nof-for-profif organization;
(6) A person or organization having proper temporary custody af your proper#y if you die;
(7) The legal repres�ntative of you if you die; or
(8} A person (other than an "employee") or an organization whiEe acting as your real estate manager.
3. The foflowing is added to paragraph 2. of Duties in the �vent of Occurrence, Offense, Claim or Suit:
e. [f you repart an "occurrence" to your work�rs compensation carrier that de�elops into a liabif�ty claim for
which coverage is provided by the Caverage Form, failure to report such an `bccurrence" to us at the time
of the "occurrence" shafl nof �e deemed a�iolation af paragraphs a., b., and c. above. However, you
shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence"
r�'�ay be a liability claim rather than a workers compensation claim.
4. ParagrapH 6. is repfaced with the foilowing:
6. Representations
CGL 088 (01 15) Incfudes copyrighted material of the Insurance 5ervices Office, Inc., with its permission. Page 13 of 14
Copyright 2Q15 FCCI Insurance Group
QUOTE
GOMMERC]AL GENERAL. L.IABILITY
GGL 088 (01 15)
By accepting this policy, yau agree:
a. The statements in the Declarations aT� accurate and compfete;
b. Those statements are based upon representations you made to us; ancE
c. We have issued this policy in ��:liance Upon your representations.
Any error or omission in the description of, or failure to completely describe ar discfose any prem�ses,
operations or products intended to be covered by the Coverage Form wil] not invalidate or affect coverage
for thase premises, operations or products, provided such error or omission or failure fo comp�et�ly
describe or discfose premises, operations or products was no# int�ntional.
You must report such error or omission to us as soon as practicable after its discovery. However, this
provision does not affect our right to colleci additianal premium charges or exercise our right of
canc�lfation or nanrenewal.
5. 7he fallawing is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us:
HoweWer, we waive any right of reco�ery we may have because of payments we make for injury or
damage arising out of your ongoing operations or "your work" included in the "products-completed
opera#ions hazard° under the following conditions:
a) Or�ly when you have agreed in writing to wai�e such rights of reco�ery in a contract or agreement;
b) Onfy as to the person/anfity as fa wYtorn you are required by t�e contract to waive rights af recavery;
and
c) Only if fhe contract or agreement is in effecf during the term of this policy, and was executed by you
prior to the foss.
6. Parageaph 90. is added as follows:
1 a. �iberaiization
If we revise this Co�erage Form to provide more coverage witho�t additional premium charge, your
policy will automatically provide the additional co�erage as of the day the revision is effective in the
app[icabfe state(s).
CGL 088 (01 15) Includes copyrighted material of the insurance Services Office, lnc., with its permission. Page 94 of 14
Copyright 2015 FCC[ Insurance Group
r.i�t.r�
COMMERCfAL GENERAL.. L.IABILI`fY
CG 20 Q1 04 '13
�iilS �iVDORS��IflI�N'T CbANG�S iW� PO�ICY. P��AS� �AID 1T CAR�V�IJLLY.
��i����r��� �vonico�v��i���o��r --
�TF�9�� IIV�U��VC� C��VDIiI��
This endorsement modifies insurance provided under fhe foflowing:
COMM�RCIAL GE�fERAL LEABILITY COVERAGE PART
PRODUCT5ICOMPL�T�D OPERATIQNS LIABILITY COVERAGE PART
The following is added to the Other Insuranoe
Candition and supersedes any provision #o the
co ntrary:
Prirr�ry And Noncontributory Insurance
This insurance is primary fa and wil[ not seek
contribution from any other insurance available
to an addifional insured urtcEer your policy
provided that:
(1j The additional insured is a Named Ins�red
under such other insurance; and
(2} You have agreed in writing in a contract or
agreement that this insura�ce would be
primary and would not seek contribution
frpm any other insurance available to the
additional insured.
CG 20 01 04'�3 O insurance Services OfFice, Inc., 2012 Page 1 of'�
COMMERCIAL AUTQ
CAU 058 (0519)
e4UT0 L�I�ST CIH�IC� C��/�RA�� ��I�OFiS��EP�i
TABL� OF CQNTENTS
DESCI�IPTION PAG�
AirbagCo�erage.........--� .......................................................�--��--�---....................................--�--.................................3
AutoLoanlLease Ga}� Coverage .....................�--�--................................................-�---�--......................................--�---�
BraadForrn Insured ......................�--..................................................................................................-•---�--................1
Concealment, Misre�resenta#ion or �raud ........................................�--.....................................-�---............,..............4
Deductible..........--� ......................................................� �--� �--�--........................................--�--.......................................3
Duties in the E�ent of Accident, Claim, Suif or Loss .................................................................................................�
FellowErnployee ......................................�---�--.....--�--�--......................................-�--�--................................................2
Fire Department Service Charge........--� .................................................................................................��--�--............2
Ofher Insurance for Hired Auto Physical Damage Coverage ...................................................................................4
Lossof Earnings ..........................................................................................................�---�---......................................2
Lossof Use �xpenses ....................��--�--...................................................--�--............................................--��--�--.......2
SupplementaryPayments ............................................................................................................•�-�---......................2
Transfer of Rights of R�covery against Others ta Us ...............................................................................................4
TransportationExpenses ..........................................�--��--�--...........................................--�--......................................2
CAU 058 {05 19) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 0 of 4
Copyright 2018 FCCI Insurance Group
auoT�
GOMMERCl/aL AUTO
CAU 058 (05 19)
T'W1S ENDORSEMENT CHANGES THE POLICY. PLEASE R�AD IT CAREFU�LY.
�li�'O �iRSi C�OlC� CO'V'E�i4CE ENDO�SE�I�N�'
This endorsement rnodifies insurance provided under the followir�g:
BUSINESS AU70 COV�RAG� �ORM
NOTE: The fo]lowing are additions, replacements and amendmenis to tha Business Auto Coverage Form, and
will apply unless excluded by separate endorsement(s} to t�e Business Auto Coverage Forrn.
With respect to coverages provid�d by this endorsemenf, the prov�sions of the Business Auto Coverage Form
apply unless modifiied by this endorsement.
The Business Auto Coverage Form is amended as foffows:
S�CTlON II — COVERED Ai!'�05 LIABILITY COVERAGE is amended as fioUows:
A. Paragraph 1. Who Is An Insurec! in section A. Coverage is amended by th� addifion of the fallowing:
d. Any [egally incorporat�d subsidiary of yours in whic� you own more than 50% of the voting stock on #he
effective date of this co�erage form. Howe�er, "insured" does not include any 5ubsidiary that is an
"insured" under any other liabiliiy policy or would be an "insured" under such a policy bUt for its
terrnination or fhe exhaustion of its lirr�its of insurance. In order for such subsidiaries to be considered
insured under fhis policy, you must notify us of such subsidiaries within 60 days of policy effective daie.
e. Any organizatian you newiy acquire or �orm during the policy period, other than a pa�tnership or joint
venture, and over which you maintain sol� awnership or a majority interest. However, coverage under
thl5 pi"OVIS[pn:
(1) Do�s not apply if the organizafion you acquire or form is an "insured° under another iiability policy
or woulcf be an "insured" �nder such a policy but for its terrnination or the exhaustion of its limits of
insurance;
(2) Does not apply to "bodify injury" or "property damage" ihat occurred before yQu acquired or formed
the organization; and
(3j Is afforded only fior the first 30 days after you acquire or form the organization or uRtil fhe end of fhe
policy period, whiche�er comes first.
#. Any person or organization who is required under a writfen con�ract or agreement between you and that
persor� nr organiaation, thaf is signed and executed by you before the "bodily injury" or "property
damage" occurs and fhat is in effect during the policy period, fa be named as an additional insured is
an "insured" far Liabifity Coverage, but only for damages to which ti�is insurance applies and only to the
extent that p�rsan or organization qualifies as an "insured" under the Who !s An InsurecE provision
contained in Section II.
g. Any "emplayee" of yours using:
(1 j a covered "auto" you do not own, hire or E�orrow, or a covered "auto" not owned by an "emplayee"
or a member of his or her household, while performmg duti�s related to the conduct of your
fausiness or your persona! affairs; or
(2) an "aufo" h�red or rent�d under a contract or agreement in that "employee's" name, with your
permission, w�ile perForming duties rela#ed to the canduct af your business. How�ver, your
"employe�" does nof qual'tfy as an insured under this paragraph (2) while using a covered °auto"
rented from you or from any member of the "employ�e's" hausehold
CAU 058 (05 19) lncludes copyrighted materia] of the Insurance Services Office, Inc., with its permission. Page 1 of 4
Copyright 2018 fiCCI Ins�rance Group.
QUOTE
COMMERC3AL AUTO
CAU 058 (05 19)
h. Your members, if you are a limifed liability company, while using a covered "auto" you do not own, hire
or borrow, whiie performing duties refated fo the conduct of your business or your ��rsonal affairs.
B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted
and replaced by the following:
(2) Up fo $3,000 far cost of bai] boncEs {inciuding bonds for related traffic �iolafions) required because of an
"accidenf" we cover. We do r�ot have to furnish th�se bonds.
(4) All reasonable expenses incurred by the "insur�d" solely at aur request, including actual loss of
earnings up io $500 a day because of time off from work.
C. Aaragraph 5. under section B. �xclusions is deleted ancE replaced by th� following:
5. Fellow �mployee
"Bodily injury" to:
a. Any feffow "employee" of the "insured" arising oui of and in the course of a fellow "employee's"
employment or while perfarming duti�s r�lated #o ti�e conduct of your b�siness. However, this
exc[usion does not ap�ly to your "emplayees° that are ofFicers or managers if the "bodily injury"
resuffs from the use of a co�ered "auto" you own, hire or borrow. Coverage is excess over any ath�r
collectible insurance; or
b. 7'he spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph
a. above.
SECTION Ill -- PHYSICAL DAMAG� COVERAGE is amended as follows:
A. Paragraph 4. Coverage �xtensions under section A. Coverage is deleted and replacecE by the foffow�ng:
4. Coverage Ex#ensions
a. Transportation �xpenses
We wifl pay up to $50 per day to a totaf maximum of $1,500 for temporary transportation expense incurred
by you due to co�ered loss to any co�ered auto. We will pay only for those covered "autos" for which you
carry either Comprehensive or Specified Causes Ofi Loss Coverage. W� will pay for temporary
transportation expenses incurred during the periad beginning 24 hours after a loss a�d ending, regardless
of the policy's expiration, when th� covered "auto" is returnecE io use or we pay for its "ioss".
b, Loss of Use Expenses
For Hired Auto Physicaf Damage, w� will pay expenses for wh[ch a� "insured" becomes legally
respansibie to pay for loss of use of a vehicle rented or hired without a driv�r u�der a writtet� re�taf
contract or agreement. We will pay for loss ofi use expenses if caused by:
(1) Other than collisio� only if the Declarations indicate that Comprehensive Coverage is provided for
hired "autos";
(�) Specified Causes af Loss only if the Decfarations indicate that Specified Causes of Loss Coverage
is provided for nired "autos"; or
(3) Coffision only if t�te Declarations indicate that Collision Co�erage is provided for hired "aufos".
�iow�ver, the most we will pay for any expenses for loss of use to any one �ehicle is $75 per day, to a
total maximum of $1,500.
B. The follow[ng is added to paragraph 4. Coverage �xtensions under section A. Co�erage:
c. Fire Department Service Charge
When a fire department is called to sav� or prot�ct a coverecE "auto", its equipment, its contents, or
occupants from a co�ered cause of loss, we will pay up to $1,000 for your liability far fire department
servic� charges assumed by contractar or agreement prior to loss.
No deductible applies to this additionaf caverage.
CA€J 058 (Ob 19} Includes cvpyrighfed material of the Insurance Services Office, Inc., with its permission. Page 2 of �}
Copyright 20'f8 FCCI Insurance Graup.
auaTE
CQMMERCIAL AUTO
CAU 058 (05 i 9)
d, Auto L.oanll.ease Gap Coverage
The following provisions apply:
(1) ]f a long farm leased "auto", under an original lease agreement, is a co�ered "auto° under this
coverage form and the iessor of the covere� "a�#o" is named as an additional insured under ihis
poficy, �n the event of a total ioss to the I�ased co�ered "auta", we wili pay any unpaid amount
due on fhe lease, less the amount paid under the Physical Damage Coverage Section af the
policy; and less any:
(a) Overdue lease or loan paym�nts including penalties, interest, or other charges resulting fram
overdue paymenis at the time of the "loss";
(b) Financial �enalties imposed under a lease fior excessive use, abnormal wear and tear or high
rrtileage,
(c) 5ecurity deposits nat refunded by the lessor;
(d) Costs for extended warranties, Credit L.ife Insurance, HeaEth Accident or Disability Insurance
purchased wifh the loan or ]ease; and
(e) Carry-over balances from previous loans or leases.
(2) if an owr�ed "auto" is a covered "auto" under this coverage form and the loss payee of the
covered "aufo" is named a loss payee under this policy, in the ��ent of a totai loss io the covered
"auto", we wi!! pay any unpaid arnount due on the laan, less the amo�nt paid uncEer fhe Physical
Damaga Coverage Section of the policy; and less any;
(a) Overdue loan payments at the time af the "loss";
(b) Costs for ext�nded warranties, Credit Lifie lnsurance, hleafth Accident or Disability Insurance
purchased wiih #he ioan; and
(c) Carry-over balances from previous loans.
C, Paragraph 3. uncler secfion B. Exclusions is deleted and replaced by the following:
3, W� will not pay for "loss" due and confined to:
a. Wear and tear, treezing, m�chanical or efectrical breakdown
b. Blowouts, punctures or other road damage to tires
This exclusion does not apply to such "loss" resulting from the tota] th�ft of a coverecE "auto".
However, this exclusion does not include the discharge of an airbag in a covered "auto" you own tha#
inflates due io a cause other than a cause flf "loss" se# farth in Paragraphs A.1.b and A.1.c.but only:
a. If that "auto" is a covered "auto" for Comprehensive Coverage under fhis policy;
b. The airbags are not covered under any warranty; and
c. The airbags were not intentionally inflated
We will pay up to a maximum of $1,000 for any one "loss".
D. Section D. DedUctible is de[eted and replaced by ti�� following:
D. Deduc�ible
For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property
wi[f �e reduced by the applicable deductible shown in the Declarations subjecf to the folfowing:
Any Compreherosi�e Coverage deductible shawn in the Declarations does not apply to:
(1) "Loss" caused by fire ar lighfning; and
(2) "Loss" arising oUt of theft of your vehicle if your �ehicle is equipped with an active GPS #rack3ng system.
CAU 058 (05 19) Includes copyrighted material of the Insurance Services OfFice, Inc., with its permission. Page 3 of 4
Copyright 2018 FCCI Insurance Grou�.
QuorE
COMMERClAL AUTO
CAU 058 (0519)
(3) Giass damage if repaired rathar than replaced.
SECTION N— BUSINESS AUTO CONDITIONS is amended as follows:
A. T�e following is adtled to paragraph a. under section A. Loss Conditions, 2. Duties in the �vent of
Accident, Claim, 5uit or Loss:
This duty applies when the "accident", c[aim, "suit" or "loss" is first known to:
(a) You, if you are an incEividual;
(b) A partner, if yo�a are a partnership;
(cj An executive officer ar insurance rrianager, if you are a corporation; or
(d) A member or manag�r, if you are a limifed liability company.
B. Condition 5. Transfer of Rights of Recovery against Others to Us under sec#ion A, Loss Conditions is
deleted and replaced by t�e follawing:
5. Transfer of Rights of Reco�ery against Others to Us
If a person or organization ta or for whom we make payrnent under this co��rage form has rights ta
recover damages from anofh�r, fhose righfs are transferred to us. That persan or organization must do
e�erything necessary to secure our rights and must da notF�ing after "accident" or "loss" to impair them.
Howe�er, if fhe insured has waived rights to recover through a written contract, or if your work was
commenced under a letter of intent or work order, st�bject to a subsequent reduction in writing of such a
waiver with customers w�ose customary contracts reqUire a waiver, we wai�e any right of reco�ery we
may hav� under this co�erage form.
C. The following is added to Condition 2. Cpncealment, Misrepreser�tation or Fraud uncEer s�ction B. General
Conditions:
Fiowever, if you unint�ntionally fail to disciose any hazards at the inceptior� of your policy, w� will nat deny
coverage under this coverage form becaus� of such faElure. This provision does not a#Fect our right to
collect additional prernium or exercise our right of cancellation or �on-r�newal.
D. Paragraph h. of Condition 5. OEher {nsurance under section B. General Conditions is d�leted and replaced
fay the following:
b. For Hired Auta Physical Damage Co�erage, the fiollowing ar� deemed to be covered "autos" you own;
(4) Any covered "aufo" you lease, hire, rent or borrow; and
(2) Any co�ered "auto" hired or rented by your "�mployee° under a contract in #hat individual
"employee's" name, with your permission, while �erforming duties relafed to the canduct af your
business. However, any °auto" that is leased, hired, rented or borrowed with a driver is not a
co�ered "auto", nor is any "auto" you hire frorn any of your "employees", parEners (if yau are a
partnership), members (if you are a limited liability company), or merr�bers of their households.
CAU 058 (05 99) Includes copyrighted material of t�e Insurance Services Office, Inc., with its permission. Page 4 of 4
Copyright 2018 FCCI Insurance Group.
auaT�
COMMERCIAL AUTOM�BIL�
CAU 0�2 {01 9 b}
THIS �iVDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
,���I�I��IA� I�fSU��D
p�SI�F�r4T�D PERSON 0�3. OI�G�NI���10�1
�RIi���YIAI�N�CO�liR��l�TO�Y COVE�dAG�
This enc�orsement modifies insurance pro�ided under the following:
BUSINESS AUTO C�V�RAGE FORM
7his endorsement is subject to t�e terms, conditions, exdusions and any other provisions of fhe B[JSINESS
AUTO COVERAG� F'ORM or any endorsernent attached thereto t�nless changes or additions are inclicai�d
below.
For #he purpose of this endorsement, Section il. A. 9. Who ]s An Insured is amended by adding the folfowing:
1. Any persan or organization designated in the schedule below is an "insured" for Liability Coverage but
only to th� extent thaf per�on or organization qualifies as an "insured" under ihe Who Is An Insured Provision
contained in Seciion II of th� Coverage Form.
2. This insurance is primary and non-contri��atory to o#her caverages of the persort or organization shown in
the Schedule when so required in a written contract or agreement fhat is executed prior to the foss for which
coverage is sought.
SCHEDULE
Name of Person or Organizat�on:
Any person or organization who is required und�:r a wriften contract or agreement between you and thaf person or
organization, thaf is signed and executed hy you before the bodily ir�jury or proper�y damage occurs and that is in
effect during the �olicy period.
CAU042 (01 15) Includes copyrighted material of the Insurance Services Office, fnc., with its permission. Page 1 of 1
Copyright 2413 FGGI Insurance Group.
QUOTE
�
� ta
��
W4RK�R5' COMPENSATEON INSURANCE
WORKERS' COMP�NSATION AND
EMPLOYERS LIABII.ITY POLICY
VdJC 4� 03 D4 �
Insured copy
i�X�►S lNAIV�R O� OU� �IGN'T i0 4��COV�R �ROI�i OibERS ��II�O�S��Fi�N�
This endors�ment applies only to the insurance provided by the policy b�cause i�exas is shown in item 3.A. of the
lnformation Page.
We ha�e the right to recover our payments firom anyone liable fior an injury co�ered by #his policy. We wil] not enforce our
right against fh� person or organization named in the Schedule, but this waiver a}�plies on�y with respect ta bodily injury
arising out of the operations describec! 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 Schedule.
The prerriium for this endorsement is shown in #he Schedule.
�
Sched�fe
1. ( ) Specific Waiver
Name a� person or organfzation
(X) Blanket Waiver
Any persot� or organization for whom the Narned Insured has agreed by written contract to furnish this waiver.
2. Operations: AL.I. T�XAS OPERATIONS
3. Premium:
The premium charge far this endorsement shalE be 2.00 percent of the prerrtium developeci on payroll in connection
with work performed for the afaove person(s) or organization(s) arising out of the operations dascribed.
4. Advance Premium: Included, see Information Page
This endorsement changes the policy to which it is allached effective on the incepiion date of fhe policy unless a different date is indicafed below.
(The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of lhe policy.)
This endorsemenf, effective on 6I7120 at 12:01 a.m. standard iime, forms a part of:
Policy no. 0001270768 of Texas Mutual Insurance Company effective on 617120
lssued to: 2L CONSTRUCiION L�.0
NCCI Carrier Code: 29939
This is not a bill
�/ �i/ ��*'�--
Authorized representati�e
61A120
PO Box'I2058, Austin, TX 78711-2058
1 of 1 texasmutuaLcom �(800) 859-5995 � Fax (800} 359-065Q WG �42 Q3 04 B
ST�.l�TI�� �EliT�RAL C�1dI�IT�01l�S
�F THE COI�TSTRUCTI�l�T ��T�TTRACT
�
,
--�
CTi'Y OF FORT WORTH
STANDARD CONSTRUCTIOTT SPEC�ICATf01� DOCUMENTS
Revision: Mai�1� 9, 262Q
STANDARD GENERAL CONDITIONS OF TI�
CONSTRUCT`ION C�NTR.ACT �
TABLE OF CONTE�iTTS
Page
Article 1-- Defrnitions and Tarminology ..........................................................................................................1
1.01 Defined Terms ............................................................................................................................... l
1.02 Terminalagy ..................................................................................................................................b
Article2— Preliminary Matters ......................................................................................................................... 7
2.01 Copies af Documents .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Before Starting Const�ction ........................................................................................................ 8
2.05 Preconstxuction Con�erence .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Acceptanca of Schedules .................................................................................................... 8
Artic�e 3-- Coniract Documents: Intent, Amending, Reuse ............................................................................ 8
3 . O 1 Infient .. . . . . .. . . . . . . . . . .. . . . . . .. . . . . . .. . . . .. . . . . . . . . . . .. . . . .. . . . . . .. . . . . .. . . . . .. . . . . .. . . . . .. . . . .. . . . .. . . . . . . . . . . .. . . . . . .. . . .. . . . . . . .. . . . . .. . . . . . . .. . 8
3.U2 Reference Standards ......................................................................................................................9
3.03 Reporting and Resol�ing Discrepancies ....................................................................................... 9
3.04 Amending and Supplementing Contraci Docurnents ..............................:..................................10
3.05 Reuse of Documents ...................................................................................................................10
3.06 Electranic Data ............................................................................................................................ I1
Article 4— Availability of Lands; Subsur�ace and PhysicaI Conditions; Hazardous En�ironmental
Conditions; Reference Paints ........................................................................................................... l l
4.01 Availability af Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsuriace or Physical Conditions .............................................................................12
4.04 Underground Facili#ies ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.Ob Hazardous Environmental Condit�on at Site ..............................................................................14
Article5— Bands and Insurance .....................................................................................................................16
S.O1 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Pay�nent, and Maintenance Bonds .......................................................................16
5.03 Certif cate� of Insurance ........................................................................ .................................16
5.04 Contractor's Insurance ................................................................................................................18
5AS Acceptance afBands and Insurance; Option to Replace ...........................................................19
Ar�icle 5 — Contractor's Responsibilities ........................................................................................................19
6.O1 Super�ision and Superinter�dence ............................................................:..................................19
C1TY OF FQItT WOR'1'H
STANDARD COI�STRUCTION SPECIFICATION AOCUMENT$
Revision: Ma�h9,2D20
c
s
b.02
6.03
6.04
�.as
6A6
5.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
G.�7
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours ................................................................................................................20
Services, Materials, and Equipment ........................................................................................... 20
ProjectSchedule ..........................................................................................................................21
Substitutes and "Or-Equa�s" ....................................................................................................... 2I
Concerning Subcontractors, Suppl'rers, and Others .................................................................... 24
WageRates ..................................................................................................................................25
Patent �'ees and Royalties ...........................................................................................................26
Permitsand Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Ta�es ...........................................................................................................................................28
Useof Site and Other Areas .......................................................................................................28
RecordDocuments ......................................................................................................................29
Safetyand Protection .................................................................................................................. 29
SafetyRepresentative .................................................................................................................. 30
Hazard Communication Progranas .............................................................................................3fl
Emergencies and/or Rectification ............................................................................................... 30
Submittals.................................................................................................................................... 31
Continuingth� Work ................................................................................................................... 32
Contractor's General Wart'anty and Guarantee ..........................................................................32
Indemnification......................................................................................................................... 33
Delegation of Professional Design Services ........................................................... ... 34
................
Rightfo Audit .............................................................................................................................. 34
Nondiscrimination....................................................................................................................... 35
Article 7- Other Work at ihe Site ................................................................................................................... 35
7.01 Related Work at Site ...................................................................................................................35
7.02 Coordir�ation ................................................................................................................................3G
ATC1C�� $ - Clf�'s Responsibilities ................................................................................................................... 36
8.01 Communications to Contractor ................................................................................................... 36
8.02 FurnishData ................................................................................................................................36
8.03 Pay When Due ............................................................................................................................36
8.04 Lands and Easements; Reports and Tests ...................................................................................3G
$.�S Change Orders .............................................................................................................................36
8.06 Inspectians, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on City's Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmental Condition ....................................................................37
8.U9 CompIiance with Safety Program ...............................................................................................37
Article 9- City's Observation Siatus During Construction ...........................................................................37
9.01 City's Project Manager ............................................................................................................37
9.02 Visits to Site ................................................................................................................................37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work ..........................................................................................................38
9.05 Determinations for V�ork Performed ..........................................................................................38
9.06 Decisions on Reyuirements af Contract Documents and Acceptability of Work ..................... 38
CTTY OF PORT WOR'�'H
STANDARD CONSTRiTCTION fiPLrIFICATION DOC[fMENTS
Revision: March 9, 202Q
Articje lU - Changes in the Work; Claims; Extra Work ................................................................................38
I0.01 Authorized Changes in the Work ...............................................................................................38
10.02 Unauthorized Changes in the Work ...........................................................................................39
10.03 Execution of Change Orders ....................................................................................................... 39
10.04 Extra Work ............................................................................................... . .................................. 39
] 0.05 Notification to Surety .................................................................................................................. 39
10.U6 Contract Claims Process .............................................................................................................40
Article 1 I- Cost of the Work; Al�owances; Unit Price Work, Plans Quantity Measurennent ...................... 41
11.01 Cost of the Work .........................................................................................................................41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work ..........................................................................................................................44
i 1.OQ� Plans Quantity Measurement ......................................................................................................45
Article 12 - Change of Contract Price; Change of Coniract Time .................................................................46
12.01 Change of Contract Price ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................47
12.03 Delays ..................................................................................................... .................................47
Article 13 - Tests and Inspections; Correctifln, Remo�al or Acceptance af Defecti�e Work ...................... 48
13.0 I Notice of Defects ........................................................................................................................48
13.02 Access to Work ...........................................................................................................................48
T3.03 Tests and Inspections ..................................................................................................................48
13.04 Uncovering Wark ........................................................................................................................49
13.05 Ci�y May Stop the Work .............................................................................................................49
13.06 Correction or Removal of Defective Wark ................................................................................ 50
13.47 Correction Perioc� ........................................................................................................................ SO
13.08 Acceptance of Defective Work ................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 - Payments to Contractor and Completion .................................................:.................................. 52
14.01 Schedule of Values ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14A3 Cantractor's Warranty of Title ................................................................................................... 54
14.04 Partial Utilization ....................................................................................:................................... 55
J4.05 Final Inspection ...........................................................................................................................55
14.Ob Final Acceptance .........................................................................................................................55
14.07 Final Payment ..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release .....................:.................................. Sb
14.09 Waiver a�Claims ........................................................................................................................57
Article I S- Suspension of Work and Termination ........................................................................................ 57
15.01 City May Suspend Work .............................................................................................................57
15.42 City May Tertninate for Cause ................................................................................................... SS
15.03 Ciiy May Terminate For Convenience .......................................................................................60 �
Article16 - Dispute Resolution ................................................................................. ................................. 61
16.01 Methods and Procedures .............................................................................................................61
CiTY OF FORT WORTti
STANDARDCOIVSTRlJCfION SPECIFICATION DpCUMEIVTS
Revision: Marcl� 4, 2020
Article17 — Miscellaneous .............................................................................................................................. 62
17.U1 Giving Notic� ..............................................................................................................................62
17.02 Computation of Times ................................................................................................................ 62
17.03 CUrraulative Remedies .................................................................................................................62
17.04 Survival of Oh�:r ations ............................................................................................................... 63
17.05 Headings...� ........
.................................................................................................................. 63
-- �
CITY OF FORT WORTH
STANDAItD CO1�I5TRUCTION SPECITICATION DOCUMLNTS
Revision: Ma�rh 9,2020
00 �z oo - a
GEf�EERAL COND{TIONS
riage l of 63
ARTICLE 1— DEFINITIONS AND �'ERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditians or in other Confiract Documents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shali include the masculine, feminine and neuter. Said terms are generally
capitalized or written in italics, but not always. When used in a con%ext consistent with the
definition af a listed-defned term, the term shall have a meaning as defined below whether
capitalized or italicized ar otherwise. In addition to terxns specifically defined, terms with iniiia�
capital letters in the Contract Docurn�nts include references to identified articles and paragraphs,
and the titles oiother documents or forms.
1. Addenda—Written or gra�hic instruments issued prior to the opening of Bids whici� clarify,
correct, or change the Bidding Requiremen�s or the proposed Confract Docurnenis.
2. Agreement—The written instrument which is evidence of the agreement be�ween City and
Contractor covering the Worl�.
3. Applrcation for Payment—The form acceptable to City which is to be used by Contractar
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is reyuired by the Contract Documents.
� �«,•�,�•iic[ii ua�ve3�e� "•,7 f�«;.,l.l
releasing asbestos fibers into the air above current actian levels establ�shed by the United Stafies
Occupational Safety and Health Administratian.
5. Award — Autharization by the City Council for the City ia enter into an Agreement.
6. Bia�The offer or propasal oi a Bidder submitted on the prescribed form setting forth the
prices far the Wark to be performed.
7. Badder=The individual or entity wha submits a Bid directly to City.
8. 13idding Dacuments The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements T�e advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day �hat the City conducts normal business,
generally Monday thraugh Friday, except for federal or state holidays observed by �he City.
1 l. Calendar Day — A day co�sisting of 24 hours rneasured from tnidnight to the next midnight.
CITY OF FORT WORTH
STANI3ARD CONSTAUCTION SPECIi'ICATION DOCUMENTS
Revision: March9, 2020
00 72 00 - I
C,ENERAL CONDITIONS
Page 2 of 63
12. Change Order—A docuzx�ent, which is prepared and approved by the City, whicn is signed
by Contractor and City and autharizes an addition, deletion, or revision in the Work ar an
. adjustment in tne Contract Price or the Con�ract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home-rule municipal corparation, authorized and
cHartered under the Texas State Statutes, acting by its governing body througn its City
Manager, his designee, ar agents autharized under his behalf, each af which is required by
Charter to parform specific duties with responsibility for fnaI enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
wifh whom Contractor has entered into the Agreement and for whom the Wark is to be
performed.
14. City Attor�aey — The officially appointed Ciiy Attor�ey of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly eiected and qualif ed governing body of the City of Fart Worth,
Texas.
16. Caty Manager — The offcialIy appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authori�ed representative.
17. Contract Claim A demand or assertion �y City or Contractor seeking an adjusiment of
Contract Price ar Contract Time, or both, or other relief with respect to the terms of the
Co�tract. A demand for money or services by a third party is not a Contract Claim.
18. Contract The entire and integrated written document beriveen the City and Contractor
cancerning the Work. The Cantract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, ar agreements, whether written or aral.
� 9. Contract Documents—Those items so designated in the Agreement. All items Iisted in the
Agreement are Contrac� Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings oisubsurface and physical conditions are not Cantract Documents.
20. Contract Price—The moneys payable by City to Contractar far completion af th� Work in
accordance with the Contract Doctamet�ts as stated in the Agreernent (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work}.
21. Contract Time The number of days or ihe dates stated in the Agreement to: (i) achieve
Milestones, if any and {ii} complete the Work so that it is ready for Final Acceptance.
22. Cont�actor The individual or entity wifih whom Ciiy �as entered into the Agreement.
23. Cost of the Work—See Parageaph 11.01 of these General Conditions far definition.
CITI' OF FORT WOi2TH
STANDAKIJ CO�TSTRUCTION SPECIFICAT[ON DOC'[JMC:NTS
Revision: Marc119, 202U
oa �z oo - i
GENERAL CONDITIONS
Page 3 of 63
24. Dam�ge Claims — A demand for money or services arising from the Project or Site frotn a
third party, City or Coniractor exclusive of a Contract Claim.
25. Day ar day — A day, unless otherwise defined, shall mean a Calendar Day.
26. Director of Aviation — The off cially appointed Directar of the Aviation Department of the
City oFFort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Pcarks and Community Se�vices — The off�cially appoitated Ditector of the Parks
and Community Ser�ices Department of the City o� Fort Worth, Texas, or his duly appoin�ed
representati�e, assistant, or agents.
28. Director of Planning and Development — The officially appoinfied Director of the Plannzng
and Development Department af the City of Fort Worth, Te�as, or his duly appointed
representative, assi�iani, or agents.
29. Director of Transportataan Pu$lic Works — The officially appoi�ted Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appainted representative, assistanti, ar agents.
3Q. Director of Water Department — The officia�ly appointed Directar o� ihe Water Department
of the City of �ort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or appraved by Engineer which
graphically shows the scope, ex�ent, and character of the Work to be performed by Cantractor.
�ubmittals are not Drawings as so defined.
32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means fihe date on which the Agreement is signed
and delivered by the last oFthe �two parties to sign and deiiver.
33. Engineer—The licensed professional engineer or engineering firtn registered in the S#ate of
Texas performing professional ser�vices far the City.
34. Extra Work — Additional work made necessary by changes or aiterations of the Contract
Documents or of quantities or for other reasons far which no prices are pro�rided in the Coz�tract
Documents. Extra work shall be part of the Work.
35. Field Order ---� A vvritten arder issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Cantract Tirne, or ihe intent af the Engineer.
FieId Orders are paid from Field Order Allowances incorporated into the Contract by iund�d
work type at the time of award.
36. Final Acceptance — The writ�en notice given by the City to the Contractor that the Work
specified in the Contract Documents has 6een completed to the satisfaction of the City.
C1TY OF FOAT WORTH
STANDARD CONSTRi7CTION SPECiFlCATION DOCUMENTS
Revision: Mareh 9, 2020
oa �2 00 - 2
GEN�RAL CONDfTIONS
Page 4 of 63
37. Final Inspection — Inspection carried aut by the City to verify that the Contractor has
cornpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in
con%rmance with the Contract Documenis.
38. General Requirements—Sections of Division 1 ofthe Contract Documents.
39. Haaardous Enviranmental Condztion—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in suck� qUantities ar
circumstances that rnay present a sub'stantiai danger to persons or property exposed thereto.
40. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in t1�e federal waste regulations,
as amended from time to tizne.
41. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and al� governmentai bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens=Charges, security interests, or encumbrances upon Project funds, reaI property, or
personal property.
43. Major Item — An Item of work ineIuded in the Contract Docurnents that has a total cost eyUal
ta or greater than 5% af the orxginal Contraci Price or $25,000 whichever is less.
44. Milestone A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Accepiance of the Work.
45. Notice of Award—The written notice by Ciiy to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
wilI sign and deliver the Agreement.
46.11Totice to Proceec�A written notice given by City to Contractor ftxing the date on which the
Contract Time will commence to z�un and on which Contractor shall start to perfor�n the Work
speci�ed in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum Petroleum, including crude oi1 or any fraction thereof which is liquid at standard
conditions of temperatare and pressure {6fl degrees Fahrenheit and 14.7 pounds per square
inch ab�alute), such as oil, petroleLun, fuel oi�, oil sludge, oil refuse, gasoline, kerosene, and
oiI mixed with other non-Hazardous Waste and crude oils.
49. Plans — See definition of Drawings.
� CTI'Y OP FORT WOATH
� STANDARDCONSTRUCTION SPECiF1CAT101�i DOCUMBNTS
__ Revision:March9,2D20
DD 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
50. Praject Schedule—A schedule, prepared and maintained by Contt`actor, in accordance with
th.e General Requirements, describing the sequence and duration of tf�e activities camprising
the Contractor's plan to accomplish the Work within the Cantract Time.
51. Project—The Wark io be perfortned under the Contract Documents.
52. Praject Manager�--The auihorized representative of i�he City who t�ill be assigned to the
Site.
53. Public Meeiing — An announced meeiing conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radaoactive Material Source, special nuclear, or byproduct material as defned by the
Atomic Energy Act af 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hou�s — Hours beginning at 7:00 a.m. and ending at 6:40 p.m., Monday
thru �riday (excluding legal holidays).
56. Samples—Physical examples of materials, equipment, or workmanship that are
representative of soxne portian af the Work and which establish the staz�dards by which such
portion of the Work will be judged.
57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements io support scheduled perfarmance of related cons�ruction
activitie�.
58. Schedule of Vadues—A schedule, prepared and maintained by Contractor, allocating portions
of the Cantract Price to �arious portions of the Wark and used as the bas�s for reviewing
Contractor's Applications for Payment.
59. Site Lands ar areas inciicated in the Contract Documents as beittg furnished by City upon
which the Work is to be perfat7med, including rig�ts-of-way, permits, and easement� for access
ihereto, and such other lands furnished by City which are designated for the use of Contractor.
Fia. Specifications--Thai part of the Contract Documents consisiing of written require�nents for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and pracedural tnatters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, rnay be
incorporated by reference as indicated in the Table of Contents (Di�ision 00 00 00} of each
Project.
61. Subcantractor Ari individual or entity ha�ing a direct contract with Contractor ar with any
other Subcor�tractor for the performance of a pa�t of ihe Work at filae Site.
CiTY QF RORT WORTH
STAND11TiD CONSTRUCTION SPSCIFICATION DOC[IMENTS
Revision: Mareh 9, 2(J20
007200-I
GENERAL CONDITIONS
Page 6 of 63
b2. Subrraittals—AIl drawings, diagrams, illustratians, schedules, and other data or information
which are specifcaIly prepared or assembled by or for Contractor and submitted by Contractar
to illustrate some portion af the Work.
63. Successful Bidder T�e Bidder submitting the lowest and most responsive Bid to whom City
malces an Award.
64. Sr�perintendent - The representative of the Contractor who is available at ali times and able
to receive instructions from the City and to act for the Contractor.
65. Supplementar y Conditions That part of the Contract Documents wk�ich amends or
supplernents these GeneraI Conditions.
66. Supplier A rnanufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or witii any Subcontractor to furnish mat�rials or equipment
to be incorporated in the Wark by Contractor or Subcontractor.
67. Underg�ound Facilities All underground pipelines, conduits, ducts, cabies, wires,
manholes, vaultis, tanks, tunn�ls, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid pet7ro�eunri products, ielephone or other cornmunications, cable television,
water, wastewater, storm water, other liquids or chemicals, ar traffic or other conirol systems.
68 Unii Price WoNk See Paragraph 11.03 of these General Conditions for definition.
69. Weekend Wo�-kfr�g Hours - Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holi��ay, as approved in advance by the City.
70. Work—The entire construction or the various separately identifiable parCs thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary ta produce such construciion
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment inta such constr�ction, aIl as required by the Cont�act Documents.
71. Working Day - A working day is defined as a day, not incIuding Saturdays, Sundays, or legal
holidays autharized by the City far contract purposes, in which weather or ather cor�ditions
no� under the control of the Cantt�actor will permit the performance of the principal unit of
work underway for a continnaus period of not iess than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and �erms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certai�T Terms or Adjeciives:
=-�- _
CITY OF �'ORT WORTH
STANDARD CONSTRUCTION SPECfF1CATIDN DOCUMENTS
Revision: Macrh9,2020
aa�zoo-i
GENERAL CONDITIQNS
Page 7 of 53
1. The Coniract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" ar terms of like effect or in�port to authorize an exercise of judgment by City. In
addition, the adjecti�es "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives af like effect or import are used to describe an action or determination af City as ta
the Work. It is intended that such exercise of professional judgment, action, ar determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Confract Documents and with the design concept of the Praject as a functioning whole as
shown ar indicated in the Contract Documents (unless there is a specific statement indicating
otherwise}. �
C. Defective:
The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not confatax� to �he Cantract Documents; or
b. does not meei the requirements af any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furraish, Install, Perform, Provade:
The word "Furnish" or the word "lnstall" or ihe word "Perform" or ihe vvord "Provide" or
the word "Supply," or any combination or similar directive ar usage thereof, shall mean
furnishing and incorporating in the Work including a1l necessary labar, materials, equipment,
anci e�erything necessa�ry to perform the Work indicated, unless specifically limited in the
cantext used.
E. Unless stated otherwise in the Contract Dacuments, worcis or phrases that have a well-1�own
technical or construction industry ar trade meaning are used in the Contract Documents in
accordance with such recagnized meaning.
ARTICLE 2 -- PRELIMiNARY MA.TTERS
2.O1 Copies of Docun�ents
_; ,.
Ciiy shall furnish to Contractor one (1} original executed copy and u��� (1} eiectronic copy o� the
Contract Documents, and four {4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Cammencement of Contrcact Time; Notice to PYoceed
T'he Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
1'roceec# rnay be gi�en no earlier t�an 14 days a$er the Effecti�e Date of the Agr�ement,
unless agreed to by l�oih parties in writing.
CTI"Y OF FORT WORTH
STANDARD CO3VSTRUCTION SPECIFICATION DOCUMENTS
Itevision: Mazch9,2020
00�2oo-i
fi,ENERAL GONDITIONS
Page 8 of 63
Z.03 Starting the Work
Contractor shall star� to perform the Work on the date when the Contract Tir�ae commences io run.
No Work shall be done at the Site priar to the date on which the Contract Time cornmences to run.
2.04 Before Starting ConstYuction
Baseline Schedules: Submii in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Precanstruction Conference
Be%re any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2A6 Public Meeting
Contractar may not mobilize any equipt�ent, materials or resources to the Sit� priar to Contractor
attending ihe Public Meetit�g as scheduled by tI�e City.
2.07 Inftial Acceptance nf Schedules
No progress payment shall be made to Contractar until accepta�le schedules are submitted to City in
accardance wiih the Schedule Specifcation as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REU,SE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if reyuired
by ali.
B. It is the intenf of the Contract Documents to describe a functionally complete project (or part
thereo� ta �� canstructed in accordance with ihe Contract Documents. Any labor, documentation,
services, m�#tirials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custam or trade Usage as being required ta produce the Zndicated result will be
provided whether or no# specifically called for, at no additional cost to City.
C. Clari�cafions and interpretations of #k�e Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omiss'ron of such words and phrases as "tl�e Contractor shall," "in
COri�011T11� W1tI1�" ��75 S�OWil}" Oi ��aS specified" aT0 intentional 111 StPeaIllllileC� SeCtIOT15.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various pat�s of a section or articles within a part depending on tl�e format of the
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECQ'ICATION BOCIIIvI�NTS
Revision: March9,202U
OD 72 00 - 1
GENERAL CONDITEONS
Page 9 of 63
section. The Contractor shall not take advantage of any �ariation of form, format or style in
rnaking Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Secfiions include but are not necessarily limited to:" and elsewhere within each Specification
section is pro�ided as an aid and convenience to the Contractor. The Cantiractar shall not rely on
the cross referencing provided and shall be responsible to coardinate ihe entire Work under the
Contract Documents and pro�ide a conaplete Praject whether or not the cross referencing is
pro�ided in each section or whether or not the cross referencing is complete.
3.02 I�eference Standa�-ds
A. Standards, Specif cations, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes oiany technical society, arganization,
or association, or to Laws or Regulations, whe�her such reference be specif c or by implication,
shall mean the standard, specification, manual, code, ar Laws or Regulations in effect at the
time of apening o� Bids (or on the Ef%cti�e Daie of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, ar any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or az�y
of their subcontractors, consultants, agent�, or employees, from those set forth in the Contract
Documents. No such pz'ovision vr instructian shall be effective to assign to City, or any of its
off'icers, directars, members, partners, employees, agents, consult:�nts, ar subcontt�actors, any
duty or authority to supervise or direct the performaz�ce of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of �he Coniract Documents.
3.�3 Izeporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor's Review of Contt�act Documents Before Starting Wo�k: Befare undertaking each
part of the Work, Contractar shall carefully study and compare the Contract Documents and
ck�eck and �erify pertinent figures therein against all applicable field measuremenis and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or c�arification from City before proceeding with any Work affected
thereby.
2. Cantractor's Revie�v of ContYact Documents During Performance of Work: If, during the
per�"ormance of the Work, Contractar disco�ers any conflict, error, ambiguity, or discrepancy
within the Con�ract Documents, ar between the Contract Documenis and (a) any applicable
Law or Regulation ,(b) any standard, specification, manual, or cade, or (c) any instruction of
any Supplier, then Contractor shall prornptly report it to City in writing. Cantraciar shall not
proceed with the Work affected thereby {except in an emergency as requir�d by Paragraph
CTI'Y OF FORT WOIZTH
STA7�DAI2D CdNS'IRUCTION SPECII'ICATION DOCUMENTS
Revision: Nfamli 9, 2020
ao�zao- i
GENERAL CONDITIONS
Page 10 af 63
C.17.A) uniil an amendmenfi or supplement to the Contract Dacuments has been issued by
one of the methods indicated in Paragraph 3.U4.
3. Coniractor shall not be Iiable to City far failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual lrnawledge thereof.
B. ResolvingDiscrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Cantract Documc:nts shall take precedence in resolving any con�ict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier {whether or not specifically
incorporated by reference in the Contrac# Doc�unents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specificatians, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 14mending and Supplementing Cantract Documents
A. The Contract Documents may be ar�ended to provide for additio�s, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contraci Documents may be supplemented, ana minor variations and
deviations in the Wark not involving a change in Contract Price or Co�tract Time, may be
authorized, by on� or more of the following ways:
1. A Fie1d Order;
2. City's review of a Sabmittal (subject to the provisions of Paragrap�Z 6.18.C}; or
3. City's written interpretation or cIari�cation.
3.OS Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
have ar acquire any titl� to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo� prepared by or bearing tne seal of Engineer,
inclUding electranic rr�edia editions; or
2. reuse any such Drawings, Specifications, other dacUnr�ents, ar copies thereof an extensions of
the Project or any other project without written consent of City and specific written verification
ar adaptation by Engineer.
CTTY OF FO1tT WOItTH
STANDARD GOIVSTR[JCTIOTT SPECICICATION DOCTJMENTS
Revision: March9, 2024
00 �2 00 - �
G�NERAL CONDITIONS
Page ] 1 of 63
B. The prohibit�ons of this Paragraph 3A5 will sur�+ive final payment, oz' terrriination af fihe
Contract. Noihing herein shall preclude Cantractor from retaining copies of t�e Contract
Dacumenis for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the 5upplementary Conditions, the data furnished by City or Engineer
to Coniractor, or by Coniractor ta City or Engineer, that may be relied upon are limited to the
printed copies included in the Contrac� Documents {also known as hard copies) and other
Specifications referenced and lacated on the Ciry's on-line electronic document zxaanagement and
collaboration system siie. Files in electronic media format of texi, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electro�ic files wiIl be a� the user's sole risk. �fthere is a discrepancy
between ihe electrotaic �les and the hard copies, the hard copies ga�ern.
B. When transferring documents in electronic media formati, the transferring party makes no
repre�entations as to long tern� coznpatibility, usabilifiy, or readabi�iiy of documents resulting from
the Use of soflware application packages, operating systems, or computer hardware differing from
those used by the data's creator.
ARTICLE �— AVAILABILITY OF LANDS; SUBSURFACE AND PHYS�CAL CONDITIONS;
NA7ARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Avc�ilabrlity of Lana's
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restriciions not of
general applicatian but specifically related to us� of the Site with which Cantractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of ar�d/or access to right-of-way, and/or
easements. Any outstanding right-of-way andlor easements are anticipated to be acquired in
accordance with �he schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractar in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Siie.
Any autstanding removal or relocation of uii�ities or obstructions is anticipated in accardance
with the schedule set farth in the Supplementary Conditions. The Project Schedule subrnitted
by the Contractor in accordance with the Coniract Documents must consider any outstanding
utilities or abstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable �written reyuest, City shall furnish Coniractor with a cu�rent staxement of record
legaI title and legal description of the lat�ds upon, which the Work is to be performed.
CITY O�' FORT WORTii
STAM}ARDCONSTRUCfION SPECIFICATIOI�T DOCUMENTS
Ftevision: Ma�rd� 9, 2020
00 �2 00 - i
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide for aIl additional lands and access tl�ereto that may be required for
construction faciYities ar storage of rnaterials and equipment.
4A2 Subsurface and Physical Conditions
A. Repor�ts and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Sifie; and
2. thase drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground FaciIities).
B. Limited Reliance by CantractoN on Technical Data Authorized.• Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract DocUrnents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may nof make any Contract C1aim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, ar subcontractors with respect io:
1, the complete�ess of such reports and drawings for Contractor's purposes, inclUding, but not
limited to, a�y aspects of the m�ans, methods, techniques, sequences, and procedUres of
construction to be emplayed by Contractor, and safety precautions and programs incident
thereto; or
2, other data, interpretations, opinions, and informafion contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn fram any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physacal Conditions
A. Notice: If Contractor believes that any subsuriace or physical condition that is uncovered or
reveaIed either:
1. is af such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is o�such a nature as to reyuire a change in the Contract Documents; or
3, differs materialty fi•�;n� that shown or indicaied in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinariIy encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CI1"Y OF FORT WORTH
STA]+TDARI} CONSTRIICTION SPECIF[CATION DOCUMENTS
Revision: Mud� 9, 2�20
00�2oo-i
GENERAL CON�ITIONS
Page 13 of G3
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsuriace or physical conditions or performing any Work in conxtection therewith (except in an
emergency as required by Paragraph 6.17.A}, notify City in wr��ing about such condition.
B. Possable Price ancl Tin�e Adjustments
Coniractor shall not be entitled to any adjustrnent in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such condiiions ai the time Coniractor made a final
cammitment to City with respect to Cantract Price and Contract Time by the submission of a
Bid or becoming bound under a nego�iated contracfi; or
2. the existence of such condition could reasonably have been disco�ered or revealed as a result
of the examinaiion of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.Q4 Undergr�ound Facilities
A. Shown or Indicated: The information and data shown ar indicated in the Coniract Dacuments
with respect to existing Underground Facilities at or contiguous to the Site is based on infarmation
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of al� of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. re�r�ewing and checking a11 sucf� info�r►ation and data;
b. locating a11 Underground Facilities shown or indicated in the Coniract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during constructian; and
d. the safety and protection of all such Underground Facilities and repairing any damage
� thereto resulting fram the Work.
B. Not Shown or Indicated.•
1. If an Underground FaciIity which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not sHawn or indicated, or not shown or indicated with
reasonabie accuracy in the Cantract Dacuments, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected ihereby or performing any
CITY OP FORT WORTI�I
STANDARD CONSTRUCTIOIV SPECIFICATION DOCiJMEAiTS
Revision: Mvch 4, 2Q2D
00 72 00 - 1
GENERAL CONQITIONS
Page 14of63
Work in connectian therewith {except in an emergency as required by Paragraph G.17.A),
identify the owner of such Underground Facility and give notice to ihat owner and ta City.
City will review the discovered Underground Facility and de�ermine �he extent, if any, to
which a change cnay be required in the Contract Documents to reflect anct document the
consequences of the existence ar �ocation of the Underground Facility. Contractor sha11 be
res�onsible %r the saf�t� � prot��tion Qf �uch disc�v�red Underground Facility.
2. If City concIudes that a change in the Contract Documents is reyuired, a Change Order may
be issued to ref�ect and document such consequences.
3. Verificatian of existing utilities, structures, and service lines shall include notification of all
utility cornpanies a minimum of 48 hours in aavance of construction including exploratory
excavation if necessary.
4.05 RefeNence Points
A. City shall provide engineering surveys to establish reference points far construction, r�hich in
City's judgment are necessary to enable Contractor to proceed with the Wark. City will provide
constraction stakes or other customary method oimarking to establish line and �ades for roadway
and utility construction, centerlines and bench�narks far bridgework. Contractar sha11 protect and
preserve the established reference points and property monuments, and shall make no changes or
reIocations. Contractor shall report to City whenever any refecence point or praperty monument is
last ar destroyed or requires relocation 6ecause of necessary changes in grades ar locations. The
City shall be responsible %r tl�e replace�nent or relocation of reference points or property
monuments not carelessly or willfulIy destroyed by the Contractar. The Contractior shall notify
City in advance and with sUfficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfiilly destcoyed, distur6ed, or rernoved by the Contractar ar any of his employees, tk�e full cost
for replacing sUch points pIus 25% wilI be charged againsi tl�e Contractar, and the fulI amount will
be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condation at Site
A. Reports and Drcnvings.• The Supple►x�entary Conditions identify those reports and dravvings lrnown
to City relating to Hazardous Enviranmental Conditions that l�ave been identified at the Site.
B. Limafed Izeliance by Contractor on Technical Data Authorized.� Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. SUch "technical data" is identi�ed in the Supplementary
Conditions. Contractor rr�ay not make any Contract Claim against City, ar any of their oificers,
directors, members, partners, empIayees, agents, consultants, or subcontractors with respect to:
l. the compl�+eness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, iecnniques, sequences and procedures of
f CITY OF FORT WORTFI
STANDARD CONSTRUCTIOAI SPECIFICATTON DOCUMENTS
; Revision:Marrt�9,2020
00 �z oo - i
GENERAL CONDITIONS
Page 1 S of 63
construction to be employed by Contractor and safety precautians a�d programs incident
thereto; or
2, orher data, intcrpretations, opinions and information cantained in such repor�s or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractar sha11 not be responsible for any Hazardous En�ironmentai Candition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be wiihin ihe scope ofthe Work. Contra�tor sha�l be responsible for
a Hazardous En�irontnental Condition created with any materials brought to the Site by
Contracior, Subcontractors, Suppliers, ar anyone else for whom Contractor is responsible.
D. If Contractor encaunters a Hazardous Environrnental Condition or if Contractar or anyone for
whom Contractar is responsible creates a Hazardous Environmental Conditian, Contractar shall
immediately: (i} secure ar otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected tYtereby {except in an emergency as required by Paragraph
6.17.A); az�d (iii) notify City (and promptly thereafter con�rm such notice in writing}. City may
consider the necessity to retain a qualified expert to e�valuate such condition or take corrective
action, if any.
E. Contractor shall not be requireti to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related ihereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable far the resumption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
E If after receipt of such written notice Contractor does not agtee �a resume such Wark based on a
reasonable belief it is unsafe, ar does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is i� the area affected by such condition to be
deleted from the Work. City may have such deleted portion af the Work performed by City's own
forces or others.
G. To the,fu' llest extent permitted by Laws and Regulations, Contractor shall ina'emnify and hold
harfraless City, fi°om ana' agarnst all clairns, costs, losses, and damages (including but not limited
to all fees arad charges of engiraeers, architects, attorneys, and ather professionals and all court
a� arbitration or other dispute �esolution costs) arising aut of or relaiang to a Hazardous
Envfronmental Condition c�eated hy Corttractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn� any indavidual or entity
fi�om and crgainst the cansequences of that individuai's or entity's own negligence.
H. The pro�isions of Paragraphs 4.U2, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CTTY QF FORT WORTH
STANDARD CON5TRUCTiON SPECIFICA'170N DOCUMENTS
Revision: Mar�h9,2020
�—`'_
ART�CLE � — BOT+IDS AND IT+TSURANCE
5.01 Licensed Sureties arad Insurers
00 72 00 - 1
GFNERAL CONDITIONS
Page 16 of 63
All boncis and insurance required by the Contract Documents to be purchased and maintained by
Contractar shalI be obtained frorn surety or insurance companies that are duly licensea ar autharized
in the State of Texas to issue bonds or insurance poIicies for the limits and coverages so r�quired.
Such surety and insurance campanies shall also meet such additional requirem�nts and qualifica�ions
as may be provided in the Supplementary Conditions.
5.02 Perfo�mance, Payment, and Maintenance Borads
A. Contractor shall furnish perfarmance and payment bonds, in accordance with Texas Goverinzxient
Coc�e Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
securily %r fihe faithful performance and paynr�ent of aIl of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnisk� rnaintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Cont�act
Documents. Mair�tenance bonds shall remain in effect for iwo (2) years after the date of Final
Acceptance by the City.
C. All bonds sha11 be in the %rm prescribed by the Contract DocUtnents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Holding Cer�ifcates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsaring Companies" as published in Circular 570 (amended} by the Financial
Management Service, Surety Bond Branch, U.S. Department ofthe Treasury. All bands signed by
an agent ar attorney-in-fact must be accompanied by a sealed and dated power of attorney which
shall show that it is �ffective on the date the agent or attarney-in-fact signed each bond.
D. If the surety on any bond fuinished by Cantractor is declared bankrupt ar t�ecomes insoivent or its
right to do bUsiness is terminated in the State o� Texa,s ar it ceases to rnee� the requirements of
Paragraph 5.02.C, Contractar shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide anoth�r 6ond and surety, bath of which shall compYy with
the requirements of Paragraphs 5.01 and 5.02.C.
5.fl3 Ce�tificates ofl'nsurance
Coniractor shaIl deliver to City, with copies to each additional insured and loss payee identified in the
Supplementary Conditians, certifcates of insurance (other evidence of insurance rec�uested by City or
any other additional insured} in at least the minimum amount as specified in fihe Supplementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and a�l identifed entities nazned in the
Supplementary Conditions as "Additional Insured" on all liability policies.
C1TY OP FORT WORTF3
STANDARDCON5TRUCT[ON SPECIFICATION DOCUMGNTS
Revision: M� 9, 2020
aanao-i
GENERAL CONDITI4NS
Page 17 of53
2. The Contractor's general liability insurance shall include a, "per project" ar "per location",
endarsetnent, which shall be identi�ed in the certificate of insurance pro�ided io the City.
3. The certificate sha11 be signed by an agent authorizea to bind coverage on behalf of #he insured,
be camplete in its en�ireTy, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers for all palicies must be licensed andlor approved to do business in the State of
Texas. Except for workers' campensation, aIl insurers musi have a minimum rating af A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and sol�ency to the satisfaction of Risk Management. If the rating is below that
required, written appro�al of City is required.
5. Ali applicabl� policies shall include a Waiver of Subrogation (Rights of Recovery} in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation agait�st the
Engineer (if applicable}, and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or oiher evidence of full compliance with tlie
insurance requirements or failure of the City �o identify a deftciency from e�idence t�at is
provided shall nat be canstrued as a waiver of Contractar's abligation to maintain such lines
of i�surance caverage.
7. If insuraz�ce policies are not written for specified coverage liznits, an Umbrella or Excess
Liabiiity insurance far any differences is required. Excess Liability shall follow form oi the
primary coverage.
8. Unless ot�erwise stated, a11 required insurance shall be written on ihe "occurrence basis". If
coverage is underwritten on a claims-made basis, the retraactive date sha11 be coincident with
or prior to the date of the effecti�e date of the agreem�ent and the certificate of insurance shal�
state ihai the co�erage is ciaims-made and the retroactive date. The insurance coverage shall
be maintained for the duration af the Contract and for three (3) years following Final
Acceptance pravided under the Contract Docunnents or for the warranty period, whiche�er is
longer. An annual certificate of insurance subm�itted to the City shail evidence such
instu�ance coverage.
Policies sha11 haee no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said co�erage unless such endorsements
are appro�ed in writing by the CiTy. In the e�ent a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance coverage,
and the City desires the cantractor/engineer to obtain such coverage, the con�ract price sha11
be adjusted by the cost of the prennium far such additianal coverage plus 10%.
10. Any self insured retention (SIR), in excess of $25,oao.ao, affecting required insurance
co�erage shall be appro�ed by the City in regards to asset �alue and stockholders' equity. In
crrY o� Fox�r wouTx
STANDARD CONST[iL3CT10N SP�CLFICATION DOCUMEIVTS
Revisian: Ma�rl� 9, 2020
OD 72 00 -1
GENERAL CONDITIONS
Page i 8 of 63
lieu of traditional insnrance, alternative coverage rnaintained through insurance pools or risk
reten�ion groups, must also be approved by City.
11. Any deductible in exc�ss of $5,000.00, %r any policy that does not provide coverage on a
frst-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves tk�e right to review the insurance requirements and ta
make reasonable adjustments to insurance coverage's anci tl�eir limits when deemed necessary
and prudent by the City based upon changes in statutory law, court decision or the claims
history oFthe industry as well as of the contracting party to the City. The City s�all be required
to provide prior natice of 90 days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City shali be e�titled, upon written request and without e�pense, to receive copies of policies
and endorsecnents thereto and may make any reasonable requests far deletion or revision or
modifications of particuIar policy terms, conditions, limitations, or exclusions necessary to
confor�n the poiicy and endorsern�ents to the requirements of the Contraci. Deletions, revisions,
or modifcations shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment o� insarance premium costs for
Confractor's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Emplayers' Lia$ility. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Aci (Texas Labor Code, Ch. 406, as amended}, and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide proiection from claims
set forth below whicl� may arise out of or result from Contractor's parformance of the Work and
Contractor's other obIigations under tne Contract Documents, whether it is to be per�ormed by
Contractor, any ,Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any oithe Work, or by anyone for whose acts any ofthem may be liable:
1. claims under workers' compensatian, disability benefits, and other simiIar empIoyee beneft
acts;
2, claims for damages becaUse of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but nat be limited to covering Iiability
(bodiIy injury or property damage} arising from: premises/operations, independent contractors,
praducts/campleted operatians, personal injUry, and liabiiity under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current �nsurance Services
Office {ISO) policy. This insurance shall apply as prinaary insurance with respect to any other
C1TY OF FORT WORTH
STANDAIZD COI�ISTRUCTCOI�I SPECIFICATION DOCUM�NTS
Revision: March9,2020
oo�zoo-i
GENERAL CO�[DITIONS
Page 14 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusians by endorsements that woulcl alter of nullify premises/operations,
products/campleted operations, conf�actual, personal injury, ar advertising injury, which are
normally cantained with the policy, unless ihe City approves such exclusions in writing.
For consfruction pro�{ects that present a substantial campleted operation exposure, the City may
require the contractor to maintain completed operations covez'age for a minimurn of no less than
three (3) years following the completion of the project (if identified in the Supplementaty
Conditions).
C. Autamobile Liability. A commercial business auto policy shall pro�ide coverage on "any autd',
defined as auios owned, hired and nan-owned and provide indemnity for claims for damages
because bodily injury ar death of any person and or property damage arising out of the work,
maintenance or use of any motor t�ehicle by the Contiractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of thein to perform any of the Wark, or by anyone
for whose act� any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-af-way, tt�e Contractor shall comply with the requirements identified in the
Suppl�mentary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or otk�er iass of insurance co�erage. Contractor sha11 stop work until replacernent insurance has
been procured. There shall be no time credit for days not warked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions af the bands or insurance
required to be purck�ased and maintained by the Contracior in accardance with Article 5 on the basis
of non-conformance wi� the Contract Documents, the City shall so noti�y the Contractor in vvriting
within 1 U Busi�ess Days after receipt of the certificates (or other e�idence requested}. Contractor shall
provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all o�the bonds and insurance required
by the Contract Documents, ihe City shall notify fihe Contractor in writing af such failur� prior io the
start of the Work, ar of such faiIure to maintain prior to any change in the required co�erage.
ARTICLE 5 — CONTRACTOR'� RESPONSIBILITIES
6.01 Supervfsion and Superintendence
A. Cont�actar shall supervise, inspect, and direct the Work competently and eff ciently, de�oting
such attention thereto and applying such skill� and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Co�tractor shall be solely responsible for t�e
means, methods, technigues, sequences, and procedures of constx'uction.
CITY OF FOAT WORTH
STANDARD CONSTRUCTION SPECIFiCATTON DOCLJM�NTS
Aevisian: Ma�ch 9, 2020
aa �z oo - �
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintend�nt who shall not be replaced withaut written notice to City. The
Superintendent will be Cantractor's represen;tative at ihe Site and shall ha�e autharity to act on
behalf of Contractar. All communication given to or received from the Superinfiendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working Hou�s
A. Contractar shall provide competen�, suitably qualified personnel to perform construction as
requir�d by the Contraci Documents. Contractor shall at all times maintain good discipline and
arder at the Site.
B. Except as atherwise reguired for the sa�ety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise siated in the Contract Documents, all Wark
at the Sitie shaIl be performed during Regular Working Hours. Contractor wiIl not permit the
performance of Work beyond Regular Working Haurs ar for Weekend Working Hours without
City's written cansent (which will not be unreasonably withheld). Written requ�st (by letter or
electronic communication) to perform Work:
1. for beyond Regu�ar Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legai holidays request must be made by naon two Business Days priar to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Uniess otherwise specified in the Contracfi Documents, Contractor shall provide and assume iull
responsibility �for all services, materials, equipzxaent, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other iacilities and incidentals necessary far the perfarmance,
Contractar required festing, start-up, and completion of the Wark.
B. All materials and equipment incorporated into the Wark sha11 be as specified or, if not specifed,
shall be of good qaality and new, except as otherwise provided in the Contract Documents. All
special vvarranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the soUrce, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARI7 CONSTAUCTION SPECIFICATION DOCUNI�NTS
Revision: Ma�h9,2020
00 �a oo - i
GENERAL CONDiTIONS
Page 21 of 63
C. All materials and equipment to be irtcorparated into the Work shall be stored, applied, instal�ed,
connected, erect�d, protec�ed, used, cleaned, and conditioned in accardance vvith instructions of
t�e applicable Suppiier, except as otherwise may be pro�ided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest rnodei at the
time of bid, unless otherwise specified.
b.44 Project Schedule
A. Contractor shall adhere fio the Project Schedule established in accordance with Paragraph 2.07
and the General Reyu�rernents as it may be adjusted from�time to time as provided below.
1. Coniractor shall subrt�it to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requiremenis} proposed adjustments in the Prajec� Schedule that will not result
in changing the Contract Time. Such adjus�nents will comply with any provisians of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Projeci Schedule with a monthly progress payment
for the duratian of the Contract in accordat�ce with the scheduIe specification 01 32 16.
3, Proposed adjushnents in the Project Schedule ihat will change the Contract Time sha11 be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
b.05 Substitutes and "Or-Equals"
A. Whenever an item of ma�erial ar equipment is specified or described in the Contract Documents
by using the name of a proprietary itezn or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearanc�, and quality required. UnIess the
specifcation or description contains or is followed by words reading that no like, equivalent, or
"or-equal" item o� no substitution is permit�ed, other items of material or equiprneni of other
Suppliers may be submitted to City for review under the circumstances described below.
l. "Or-Equal " Iterfas: If in City's sale discretion an item of material or equ�pment proposed by
Contractor is fianctionally equal to that anamed and sufficiently similar so that no changa in
related Work wil� be required, it may be considered by City as an "or-equal" item, in which
case re�iew and approval of the proposed item rnay, in City's sole discretion, be accomplished
without compiiance with some or all of the requircments for approval of proposed substitute
items. For the purpases of this Paragraph 6AS.A.1, a proposed item of ma#erial ar equipment
will be considered functionally equal to an item so named if:
a. ihe City determines that:
1) at is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
C1TY OF FORT WOKTH
STAI�DAI2DCONSTRUCTIpN SPECIFICATION DOCUMENTS
Re�ision: Mamh 4, 2[120
00 72 00 - l
GEIVERAI. CQNDITIONS
Page 22 of 63
2} ii will reIiably perform at least equally well the function and achieve the results
imposed by the design concept o�the completed Project as a functioning whole; and
3) it has a proven record of perfortnance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
l) there wiIl be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantialIy to the detailed rec�uirements of the item nanned in the
Contract Documents.
2. Suhstituter� ' - -`s:
a. If in City's sole discretion �n item of material or equipment propased by Contractar does
not quaiify as an "or-equai" item under Paragraph 6.OS.A.1, it may be submitted as a
propased substitute item.
b. Contractor shall submit sufficient infortnation as provided below io allow City to determine
if the item of material or equipment proposed is essentially equivaIent to that named a�d
an accepiable substitute therefor. Requests for review of proposed substitute items of
material or equipment will not be accepted by City from anyone other than Contractor.
c. Contractor sha11 make written application to City for review of a proposed substitute item
o� material or equipment that Coniractar seeks to f�arnish or use. The application shall
comply with Section O1 25 00 and:
1} shail certify that the proposed substitiate item will:
a) perform adequately the fvnctions and achieve the results called for by the generaI
design;
b) be simiIar in substance to that specified;
c} be suited to the same use as that specified; ar�d
2) vvill state:
a} the ext�nt, if any, to which the use of the proposed substitute item wilt prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a cI�ange 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;
CTI'Y OF FORT WORTH
STANDARD CON5TRiICTION SPEC�'ICATION DOCUIVI�NTS
Revision: M�h9, 202U
J
�
-i
00 �z oa - i
CtENERAL CONbI'1'IONS
Page 23 of 63
c) whether incorporation or use of the proposed substitu�e item in connection with
t�e Work is subject to payment of any license fee or royalty; and
3) will identify:
a) a11 variations of Yhe proposed substitute �tem from that specified;
b) available engineering, sales, maintenance, repair, and replacement ser�ices; and
4} shall contain an itemized estizx�ate of all costs or credits that wi11 result directiy or
indirectly from use of such substitute item, inciuding costs of redesign and Damage
Claims af other contrac#ors affected by any resulting change.
B. Substftute Canst�uction Methods or Procea'ures: If a specific means, method, technique, sequence,
or procedure of const�ruction is expressly required by the Contract Docutnents, Confractor may
furnish or utilize a substitute means, method, technique, seq�aence, or procedure of construction
approved by City. Cantractar shall submit sufficient information to allow City, in City's sole
discretion, to determine that the substitute proposed is eyuivalent to that expressly called far by
the Contract Documents. Contractor shall make written appl ication to Ciiy for review in the same
manner as those pro�ided in Paragraph 6AS.A.2.
C. City's Evaluation: City wi11 be allowed a reasanable time within which ta evaluate each
propasal or submittal made ptu'suant to Parag7raphs 6.OS.A and 6.OS.B. City may require Contractor
to fua�nish additiana� data about the proposed subsiiiute. City will be the sole judge of acceptability.
Na "ar-equal" or substitute will be ardere�, installed or utilized until City's review �s complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
far an "or-equal." City will advise Contractor in writing af its detertnination.
D. Special Guarcantee: City may require Contractor to furnish at Coniractor's expense a special
perFarmance guarantee, warranty, or other suY'ety with respeci to any substitute. Contractor shall
indemn� and hold hcarmless City cand anyone darectly or indirectly employed by thern frorra and
against any and all claims, damages, Iosses and expenses (inclua'ing attor�neys fees) arisirag o�t of
the use of sa�bstituted mcrterials or eq�ipsnent.
E. Caty's Cost Reimbursement: City r�ill recard City's costs in e�aluatiing a substitute proposed or
submitted by Contracior pursuant ta Paragraphs 6.45.A.2 and 6.45.B. Whether or not City
approves a substitute so proposed or submittec� by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contracior nnay also be required ta
reimburse City far the charges for making changes in the Contract Documents {or in �he pravisions
of any other direct contract with City} resulting from the accep#ance of each praposeci substitute.
F. Contractor's Expense: Contractor shali provide a11 data in support of any proposed substitute or
"ar-equal" at Contractor's expense.
CITY OF FORT WORTH
STFIIYDARD CONSTRUCTION $PECIFICATION I}OCUME�1`TS
Revision: Mar�h 4, 2420
00 �2 00 - �
GENERAL CONDITIONS
Page 24 of 63
G. City Substitirtr ReimbuYsement: Casts (savings or charges} attributable to acceptance of a substitate
shall be incarporated to the Cont7ract by Change Order.
H. Ti�ne Extensions: �No additional time will be granted for sabstitutions.
6.06 ConceYning Subcontractors, Supplaers, and Others
A. Contractor shall perform with his own organization, work of a valae not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual ar entity, vvhether
inztially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required ta ernploy any Subcontractor, Supplier, ar other individual or entity ta furnish or
perform any of the Work against whom Contractor has reasonable objection {excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. Tk�e City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the projecfi, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compdiance: It is City policy to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in the procurement of gooc�s and services
on a contractual basis. If the Contract Documents provide for a MBE goa1, Contractor is required
io comply witl� the intent of the City's MBE Ordinance {as amended} by the following:
i. Contractor shalI, upon request by City, provic�e complete and accurate infarmation regarding
acival work performed by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, ar substitutions of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may resu�t in debarment in accordance witIa the procedures outlined in �he
Ordinance.
Contractor shall, upon request by City, allow an audit and/or examination of any books, records,
or files in the possession of the Contractor that r�vill substaniiate tl�e actual work performed by
an MBE. Material misrepresentation of any nature wiIl be grounds far terminatian of the
Contract in accordance with Paragraph 15.Q2.A. Any such misrepresentation may be grounds
for disqualification a� Contractar to bid on future contracts with the City far a period af
not Iess thar� three years.
E. Contractor sk�ail be fully responsible to City for all acts and omissions o� the Subcontractors,
SuppIiers, and other individuais or entities performing or furnishing any of the Work just as
Contractor is responsible %r Contractor's owr► acts and omissions. Nothing in the Contract
Documents:
G1TY OF FORT WORTI-I
STAiVDARD CONSTRUCTION SPECIFICATION DOCiJMEN'I'S
Kevision: Mamli 4, 2{YZQ
00 �2 00 - �
GENERAL CONDITIONS
Paga 25 of 63
1. shall create for the benefit oF any such Subcontractor, Suppliez, or ather indi�idual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity, nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcantractor, Supplier, or other individual or en�ity 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 entities perfarming or furnishing any of the Work under a direct
or indirect contract with Coniractar.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
oithe Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
apprapriate agreement between Contractor and the Subcontractor or Supplier which specificaliy
binds the Subcontractor or Supplier ta the applicable terms and canditions of the Contract
Documents far the benefi# of City.
6A7 Wage Rates
A. Duty to pay Prevailing Wirge Izates. The Contractor shall coz�ply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payme�at of not less #han the
rates determined by tl�e City Council of the City of Fart Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contrac#
Doeuments.
B. Penalty for Violatian. A Con�ractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed far each
calendar day or part of the day that the worker is paid less tlzan the prevailing wage rates stipulated
in these contract documenis. This penalty shall be retained by the City to ofFset xts administrativc
costs, pursuant to Texas Gov�rnment Code 2258.023.
C. Complaints af Violations and City DeteNmination of Gaod Cause. On receipi of information,
including a complaint by a worker, cancerning an alleged vialation of 2258.023, Texas
Go�ernment Code, by a Coniractor ar Subcontractor, the City shail make an initial
determinatian, before the 31 st day after the date the Cifiy recei�es the information, as to whether
good cause exists to be�ieve that the �iolation occurred. The Ciry shali notify in writing the
Contractor or Subcontractor and any affected worker of its initial de�ermination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, tl�e City shall retain the fu11 amiounts claimed by the claimant ar claimants as the
di�'erence betwee� wages paid and wages due under the prevailing wage rates, such atnounts being
subtracted frorn successive progress payments pcnding a final determinatian of the violation.
C1T Y OF FOAT WORTH
STANDARD CONSTRUCTION SP�CTFICATION DOGUMENTS
Re�ision; March9, 2020
00 72 00 - 1
GEN�RAL CQNDITIONS
Page 26 of 63
D. Arhitraiion Required if Violation Not Resolved. An issue relating to an alleged violation of Section
2258.023, Texas Government Code, including a penalty owed to the City or an affecfied worker,
shalI be submitted to binding arbitration in accardance with the Texas General Arbitration Act
(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor ancf any affected worker
does not resoIve the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to Paragraph C above. If ihe persons required to arbitrate under this
section do not agree on an arbitrator before the 1 lth day after the date that arbitration is reyuired,
a district caurt shall appoint an arbitrator on the petition of any of #he persons. The City is not a
party in the arbitration. T'he decision and award af the arbitratar is final and binding on all parties
and may be en�orced in any court of competent jurisdiction.
E. Reco�ds to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years follawing the date of acceptance of the work, maintain records that shaw (i) the name and
occupation of each warker employed by the Contractor in the construction of the Work providea
�or in this Contraci; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours far inspection by the City. The pravisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. P�ogress Payrtzents. With each progress payment or payro�l period, whichever is Zess, the
Cantractor sk�all submit an affidavit stating that the Contractor has complied vviih the requirements
ofChapter 225$, Texas Government Code.
G. Posting of Wage Rates. The Contractor shaIl post prevaiIing wage rates in a canspicuous pIace at
all times.
H. Subcontractor Compliance. The Contractar shatl include in its subcontracts andlor shall
otherwise require aIl of its Subconiractors to comply with Paragraphs A through G above.
6.08 Patent Fees and IZoyadtaes
A. Contractor shall pay aIl license fees and royalties and assume aIl costs incident io ihe use in the
perfarmance o£ the Wark or the incorporation in the Work of any invention, design, process,
product, ar device vvhich is the subject of patent rights or copyrigttts held by others. Zf a particular
invention, design, process, product, ar device is specified in fihe Contract Doc�nents for use in the
performance of the Work and if, to the actuaI knowledge of City, its use is subject to patent rights
or copyrignts caIling for tne payment oi any license fee ar royalty to oth�rs, the existence of such
rights shall be disclosed by City in the Con�ract Documents. FailUre of tlie City to disclose such
information does nat relieve the Contractor from its obligafiions ta pay �or the use of said fees or
royalties fo others.
B. To the fullest extent permitted by Lcaws and Regulations, Contractor shall indenan� and hald
harmless City, from and aguirast all claims, costs, losses, and damc�ges (including but not limited
to all fees and cha�ges of engineers, aYchitects, attorneys, and other professionals and ald cottr�t
or aNbitration o� other dispute resolution costs) arising out of or relating to any inft•ingement of
patent rfghts or copyrights incident to the use in fhe perfo�nance of the Work or resulting frona
CTCY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DpCUMENTS
Revision: March9, 2020
ao �a oo - �
GENERAL CONDITIONS
Page 27 of 53
the incorporatron in the Work of any invention, design, process, product, or device not specifaed
in the Contract Documents.
6.Q9 Pe�mits and Utilities
A. Contractor ohtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplennentary Conditians ar Contract
Documents. City shall assisi Contractor, when necessary, in obtaining such permits and Iicenses.
Coniractor shalI pay ali governmental charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if ther� are no Bids, on tk�e
Effective Date of the Agreement, except for permits provided by #he City as specified in 6.09.B.
City shail pay all charges af utility awners for connections for providing perrnanent service ta the
Work.
B. City obtained permits and licefxses. City will obtain and pay for ail permits and licenses as provided
for in the Suppleinentary Conditians or Contract Documents. It will be the Cantractar's
responsibility ta carry out the provisions of the permit. If the Contractor initiaties changes to the
Contract and the Ciry appro�es the changes, the Contractor is responsible for obtaining clearances
and coordinati�tg with the apprapriate regulatvey agency. The Ciiy will not reim�urse the
Cantractor for any cost associated with these z'equirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Depaz�t�nnent of Transportation Permits
2. U.S. Army Carps oiEngin�ers Permits
3. Te�s Commission on En�ironmental Quality Pertnits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City an�icipates acquisition of and/ar access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the scheduIe set forth in Ehe Supplementary Conditions. The Praject Schedule submitted by
the Cantractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
G.10 Laws and Regulations
A. Contractor shall give all notices required by and shal� compiy with all Laws and Regulaiions
applicable to the performance of the Work. E�cept where otherwise e�pressly required by
applicable Laws and Regulations, the City shail not be responsible for monitor�ng Contractor's
compliance with any Laws ar Regulations.
B. If Contractor performs any Work knowing or having reason to Icnow t�at it is contra�ry to Laws or
Regulations, Contrt'actor sha11 bear all claims, costs, losses, and damages (including 6ut not limified
to all fees and charges of engineers, architects, attarneys, and other professionals and a11
C1TY OF I'ORT WORTH
STANDARD GONSTRUCTION SPECIE'ICATION DOCUMENTS
Revision:11�1�trtt9, 2020
oo�aoo-i
GENERAL COiVDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs} arising out of or relating to such Wor�C.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this sha11 not relieve Contractor of
Confractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the tune of opening of Bids having an effect an
the cost or fime of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an arganization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or Iease all materials, supplies and equipment used or consumed in the p�rformance of this
confiract by issuing to his suppliec an exempiion certificate in lieu of the tax, said exemption
certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued
to the Coniractar in lieu of the tax shalI be subject to and shali cornply with the provision of State
Comptroller's Ruling .Q11, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
l. Camptroller of Pubiic Accounts
Saies Tax Division
CapitoI Station
Austin, TX 78711; or
2, h��o: , r �w wma�w �tace .� u. �� nf t�xf �rmsly3-forcns.html
6.12 Use of Site and Othe� • Areas
A. �imitation on Use ofSite and OtherAreas:
Contractor shall conf ne construction equipment, the storage of materials and equipment, and
�he operations of warkers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encum6er the Site and other areas r�vith construction equipment or other
materials or equipment. Contractor shall assume full responsibitity for any damage to any such
land or area, or to fihe owner or occupant thereof, or of any adjacent land ar areas resulting
fram the performance of tkze Work.
2. At any time whez�, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution oi the Work, the City may require the Contractor to finish the
sectian vn which aperations are in progress befare work is cammenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS
Re�ision: M�h 9, 2020
00 �a ao - i
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Clainr� be made by any such owner or occupant because of the performance
of the Work, Contractar sha11 promptiy attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Confractor shall indetnn� ana' hold harrrtless City, fNom and
against all claims, costs, losse,��, and damages arising ou! of or relaiing to any claan� or action,
legal or equitahle, brought by any such owner or occupant againsl City.
B. Removal of Dehr�is During Performance of the WoYk: During the progress o� the Wark
Contractor shall keep the Site and other areas free from accumulations of �waste materials, rubbis�,
and other debris. Removal and disposal of such waste materials, rubbish, and other debris shal�
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning.• 24 hours afier r�ritten notice is given �o the Cont�actor that the
ctean-up an the job si#e is proceeding in a manner unsatisfactory to the City, ifthe Contractor faiis
to correct the unsatisfactory procedure, the City may take such direct action as the Ciiy deems
appropriate to correct the clean-up deficiencies cited #o the Cantractar in the written notice
{by letter or electronic communication), and ihe costs of such direct action, plus 25 % of such
costs, sha11 be deducted fronn the manies due or to b�come due to the Contractor.
D. Fi�aal Site Cleaning: Prior to Final Acceptance of the Work Contr'actor shall clean the Site and
the Wark and inake it ready for utilizatian by City or adjacent properry owner. At the completio�
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus mat�riais and shall restore to original condition or better a11 property
disturbed by the Work.
E. Loading Structures: Con�ractor shall not load nor permit any part of any structure to be lfladed
in any manner that will encia�ger the structure, nar shall Contracior subject any pa.rt of the Work
or adjacent property to stre�ses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
�rders, �ield 4rders, and written interpretations and clarifications in good order and annotated to
show changes made during constrUctian. These record documents tagether with a11 appraved
Samples and a counterpart of all accepted Submittals wil� be available ta City for reference. Upon
campletion of the Work, these record documenfis, any operation and nnaintenance manuals, and
Submiitals wili be delivered to City prior to Final Inspectian. Contractar shall include accurate
Iocations for buried and iznbedded items.
6.14 Safety and Protection
A. Contractar shall be solely respot�sible for initiating, maintaining and su�er�ising all safety
precautions and programs in connection with the Work. Such responsibiiity does not relieve
Subcontractors of their responsibility for the safe�y of persons or property in the perfarmance of
their wark, nor for cotnpliance with applicable safety Laws and Regulations. Contractor sha11
C1TY OF FORT WORTH
STANDARD CDNSTKLICTION SPECIFiCAT10N DOCUMENTS
Revision: Ma�li 9, 2020
00 72 b0 - ]
GENERA� CQNDITIONS
Page 30 of b3
take all necessary precautions far the sa%ty of, and shall provide the necessary protection to
pravent damage, injury or ioss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, wheti�er in storage on
or off the Szte; and
3. other praperty at the ,5ite or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor sliall comply with all applicable Laws and Regulations. relating to the safety of
persons or praperty, ar to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for suctt safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and sha11 cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor sha�l comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City o� the specific requirements of Contractor's safety pragram, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, in�.���„-, or Ioss to any property referred to in Paragraph G.IA�.A.2 or 6.14.A.3 caUsed,
directly or inu 1- -�ly, in whale or in part, by Contractor, any Subconiractor, SuppIier, or any other
individUal or �ntity directly or indirectly employed by any of them ta perform any of the VVork, or
anyone for whose acts any of them may be Iiable, shaLl be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection af the Work shall continue
until such time as alI the Work is completed and City has accepted the Woric.
6.15 Safely Representative
Contractor shall infarm City in writing oFContractor's designated safety representative at the Site.
6.16 Haza�d Cort2munication Programs
Con�ractor shall be responsible far coordinating any exchange oi material safety data sheets or other
hazard communication infarmation required to be made available to or exchanged between or among
ernployers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectificatian
A. In emergencies affecting the sa%ty or protectian of persons or the Wark or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor sl�all give City prompt written notice if Contractor believes that any significant
CPFY OF FORT WORTH
STANDAILD CONST'liiICTION SPECIFICATION DOCUIvIENT5
Revision: Ma�h 9, 2020
oo�zoo-�
GENERAL CQNDI"1'10�[S
Page 3 L of 63
changes in the Work or variations from the Cantract Documents ha�e been caused thereby or are
required as a result thereo£ TFCity det�rmines that a change in the Cantract Dacumen�ts is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should tha Contractar fail to respond to a request from the City to rectify azay discrepancies,
omissions, or correction necessary to confortn with the requirements of the Coniract Documents,
the City shall give the Contractor written notice that such work or changes are to be perfortned.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to carrect the condition. In the event the Contractar does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remadial action with Czty forces or by contract. The City
shall deduct an atnount equal to ihe entire costs %r such retnedial action, plus 25%, from any
funds due or becom� due the Contractar on the Praject.
�.1$ Submittals
A. Coniractor shall submit required Submittals to City for re�iew and acceptance in accordance
with the acce�ted Schedule of Subrnittals (as required by Paragraph 2.07). Each submittal wili be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Sub�nittals will be complete with respect ta quantities, dimensions, specified
performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and ta enable City to review the
informatian for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Coniractar and reviewed by City for
con%rmance wiih the design concept shall be executed in conformity with the Coniract
Dacuments unless otherwise required by City.
4. When Submittals are submitted far the puz'pose of showing the insiallatian in greater d�tail,
their review shall �ot excuse Contractor from requirements shown on the Drawings and
Specif cations.
5. For-Informatiion-On1y submittals upon which the City is not expected to conduct re�iew or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Samp�e as to material, Suppl�er, pertinent data such as catalog numbers,
�the use for whieh intended and other data as City may rec�uire t� c•naUle City to review the
subrnittal far the limited purposes required by Paragraph 6.18.C.
CTI'Y OF FOAT WORTH
STANDARD CONSTRUCTIDN SP�CIFICATION DOCUMt;NTS
Revision: Marcli9,2020
00 �z oa - i
GENERAL CONDITfONS
Page 32 of b3
B. Where a Submittal is required by the Contraci Documents or the Schedule oi Submittals, any
related �Vork performed priar to City's review and acceptance of the pertinent submittai will be
at the sole expense ana r�sponsibility oiCon�ractor.
C. City's Review:
i. City wili provide timely review of rec�uzred Submittal$ in accordance with ihe Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items cavered by the submittals will, after installation or incorporation in the Work, conform
to the infnrmation given in the Contract Documents and be compatible with tlZe design concept
of ihe cam1�leted Project as a functioning whole as indicated by the Contract Documents.
2. City's i•eview and acceptance will not extend to means, mefhods, techniyues, sequences, or
procedurc:s oi construction (except where a particular means, method, technique, seyuence,
or pracedure of constrUction is specifically and expressly called for by the Cantract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate �tem as such will nofi indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shali not relieve Contractor fram respansibility for any
variation frona the requirements of the Contract Documents unless Contractar has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specif c written notation thereof incorporated in or accompanying the
SubmittaI. City's review and acceptance shall not relieve Contractor from responsibilify for
cotxtplying with the requirements of the Contract Documents.
I'
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Sc�Zedule
during aIl disputes ar disagreements with City. No Work shalI be delayed or postponed pending
resalution of any disputes ar disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Cont�acto�'s General Warranty and Guc�rantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with fihe Contract
Docaments and will not be defective. City and its officers, director$, members, partners,
employees, agents, consultants, and subcontractors shall be entitled fo rely on representation of
Contractar's vvarranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
abUse, modif cation, or improper maintenance or operation by persons other tttan Coniractor,
Subcontractors, SuppIiers, or any oiher individual or entity %r whom Contractar is
responsi6le; or
CTTY OF FORT WORTH
STANDARDCONSI`RUCTION SPECIFICAITON DOC�TMENTS
Revision: March9,2020
04 i2 00 - l
GENERAL CONDITIONS
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractar's obligaiion to perform and complete th� Work in accordance with the Contract
Documents shall be absolute. None of tk�e follawing will constitute an accepiance of Wark that is
nat �n accordance with the Contract Documents or a release of Contractar's obligation ta perfoz�
the Wark in accardance wi�h the Contract Documents:
1. observations by City;
2, recommendation ar payment by City of any progress ar �nal payment;
3. the issuance of a certificate of Final Acceptance by City or any paym�nt relaied thereto by
City;
4. use or occ�pancy of the Work or any part �hereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, ar approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defectis or ciamages in the Work and pay for any damage to
other work or property resulting therefrorn which sha11 appeaz� within a period of two (2) years
frorn the date of Final Acceptance of �he W�rk unless a longer period is specified and shall furnish
a goad and sut�'icient maintenance bond, complying with the requirements of ArticIe
S.Q2.B. The City will give notice of obser�ed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees �a indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claim,�
arising out of, ar aileged to arise out of, fhe work and set�vices to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. '1_'HT� iNT)F,MNIFI ATION PROVISION iS �PECIFiCAL,i,Y INTFNlIED TO
OPERAT . ANiI I3E EFFE 7�VF FVEN IF IT �S ALLEGED (lR PROVEN THAT AL
OR �nMF OF TIlE DAMA{YF.S BEING SnUGHT WERE CAU�ED. iN WHOLE OR 1N
PART BY ANY AC:T. OMISSION OR NE(7LT ENC".E OF Tii r CiTY. This indemnity
provisiou is intended to include, witl�ouf limitation, indemnity for costs, expenses and iegal
fees incurred foy the City in defending against such claims and causes of actions.
B. Contractar covenant� and agrees to indemnify and hold harmless, at i#s own egpense, the City,
its officers, servants and et�ployees, from and a�ainst any and all loss, damage or destruction
of property of the City, arising ou� of, or alleged to arise or�t of, thc wark and services tia be
performed by the Contractor, its officers, agents, employees, sut�rontractors, licensees or
invitees under this Contract. A
ci� aF Fox�r woxTx
9TANDARD CONSTRiTCTION SPECIFICATI�N DOCUNIENTS
Ttevision: March 9, 2026
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
C IC LY INTE ERATE EFFECTIVE E S
ALLEGED OR PRnVEN THAT ALL OR SOME OF Ti_-iT DAMA[�FS EING O HT
WERE CAUSED. IN WHOLE OR IN PART. BY ANY A T. ONIISSYON OR
NFGT,IGENCE OF THE CITY.
6.22 Delegation of Professianal Desagn Services
A. Contractor will not be required to provide professional design ser`+ices Unless sucl� services are
specifically required by the Coniract Documents for a portion of the Work or unless such services
are required to carry out Contractor's responsibilities for construction means, methods, t�chniques,
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 Docaments, City
wiIl speci�y all performance and design criteria tt�at such services must satisfy. Contractor shall
cause snch services or certifications fio be provided by a properly licensed professianal, whase
signature and seal shall appear on ali drawings, calcuIations, specifications, certifications, and
SubmittaIs prepared by such professional. Subrnittais related to the Work designed ar certified by
such professional, if prepared by others, shall bear such professional's written approval when
sa�mitted to City.
C. City shall be entitled to rely upon tl�e ac�equacy, accaracy and compieteness of the services,
certifications or approvals performed by such design professionals, provided City has specif ed
ta Cantractor perfornaance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings wi11 be only for the Iimited purpose oichecking for conformance with perFormance and
design criteria given and the design concept expressed in the Contract Dacuments. City's review
and acceptance of Subrnittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Rzght to Audit
A. The Contx�actor agrees that the City shall, until the expiratton of three (3} years after final
payrnent under this Contract, have access to and the right to exatnine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions re�ating
to this Contract. Contractar agrees that the City shall nave access during Reguiar Working Hours
to alI necessary Contractor facilities and shail be provided adequate and apprapriate work space
in order to conduct audits in campliance with the provisions of this Paragraph. The City slaall
give Contractor reasonable advance notice of intended a�dits.
B. Contractor further agrees fo include in all its subcontracts hereunder a provisian to the effect that
the subcont�ractor agrees that the City shall, until the expiration of three {3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
partinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours ta all
? C1TY OF FORT WpRTH
� STANDAItD COMSTRUCTION SPECIFICATION DOC[JMENTS
, _, Revision: Mar��9,2D20
oo�zoo-�
GENERAI. CQNDkTIDNS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The Ci�y shall gi�e
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree ta photocopy such doeuments as may be requested by the City.
The City agre�s to reimburse Cont�actar for th.e cast of the copies as follows ai the rate published
in the Texas Administrative Code in effect as of the tirz�e capying is perfarmed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implemen�ing transit-
related projects, which are funded in part with Federal fmancial assist�nce awarded by the U.S.
Departrnent of Transportation and the Federal Transit Administra�ion (FTA}, without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as arraended: Contractor shall camply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE �ITE
7A� Related Work at Site
A. City may perform aiher work related to the Pro3ect at �he Site with City's employees, or other
City contractors, or through other direct contracts there�or, or have other woz'k performed by utility
owners. If such ather work is not noted in the Contract Documents, ihen written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other con�ractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity £ar the iniroduction and siorage
of materials and equipment and the execution of such oth�r work, and properly coardinate the
Wark with tk�eirs. Contractor shall do all cutting, �tting, 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 sucI� other work. Contractor shall not endar�ger any work af others hy cutting,
exca�ating, or otherwise altering such work; provided, however, thai Contractor may cut or aiter
others' work with the written consent of City and the others whase work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work perfortned
by others under this Article 7, Cantractor shall inspeci such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it una�ailable
ar unsuitable for the proper execution and results oi Con�ractor's Wark. Contractar's failure to so
report will constitute an acceptance of such other work as fit and proper far integratian with
Contractor's Work except for latent defects in the wark provided by others.
CITY OF FQRT WORTH
STANDARD COAIS`1RUCTION SPEGIFICATION DOCiJivl EAITS
Revision: March 9, 2020
�
00 �2 00 - �
GENERAL COiVDITIONS
Page 36 of 63
7.02 Coordination
i
`• A. If City intends to contract with others far the performance af other work on the Project at the
Site, the following will be set forth in ,Supplementary Conditions:
r
t
i 1. tihe individual or eniity who wi11 have authority and responsibility for coordination of the
activities among the various contractors witl be identified;
� 2. the specifc matters to be covered by such authority and responsibility will be itemized; and
3. the exten# of such authoriiy and responsibilities will be providec�.
f
t B. Unless otherwise provided in the Supplementary Canditions, City shali have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
� 8.01 Communications to Contractor
' Except as otherwise providecl in the Supplementary Conditions, City shalI issue all communications
to Contractor.
� 8.02 Fu�nish Data
� City shalI timeIy furrtish the data required under the Contract Documents.
8.03 Pcry When Due
City shall make payments to Contractor in accardance with Ar�icle 14.
�
_1
�
�
8.04 Lands and Easements; Repo�ts and Tests
City's duties with respect to praviding lands and easements and providing engineering surveys to
establish reference poi�ats are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers ta City's
identifying and making available to Contractor copies oireports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface ar subsurface structures at ,
ar contiguous to the Site that have been ati�ized by City in preparing the Contract Documents.
8 AS Change Orders
k City shall execute Change 4rders in accoraance with Paragraph 10.03.
�
$.06 .Inspections, Tests, and Approvals
City's responsibility with respect to ce�tain inspections, tests, and approvals is set forth in Paragraph
13.03.
�
CITY OF POItT WORTH
` STANDARD CONSTRUCT[ON SPECIFTCATION DOCUMENTS
� iZevision: Macrti9,2020
oa�2ao-i
CEfdERAL CONDITIONS
Page 37 of 63
8A7 Limitatrons on City's Responsibilities
A. Th� City shall not supervise, direct, or haee contro� or authority over, nar be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, ar the safety
precautions and programs incident thereto, or for any failure of Contractar to comply with Laws
and Regulations applicable to th� p�rformance of the Work. City wiil not be respansible for
Cantractor's failure ta perform the Work in accordance with the Contract Docuzx�ents.
B. City will notify the Contractor oi applicable saf�ty plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Enviranrraental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set farth
in Paragraph 4A6.
8.09 Compliance with Safety Program
While at the Site, Ci#y's employees and representatives shall compl�� ��vith the specific applicable
reyuirements af Cantractor's safety programs of which City has been infornaed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DL]R1NG CONSTRUCTION
9.01 City's Project Manager
City wi11 provide one or more Project Manager(s} during �he construciion period. The duties and
responsibilities and the limiiations of authori#y of City's Froject Manager d�rring constrUction are set
farth in the Contract Documents. The City',s Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Manager will tx�ake �isits to the Site at intervals appropriate to the �arious stag�s
of canstruciion as City deems nece,ssary in order to observe the pragress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on informat�on
obiained during such visits and observations, City's Project Manager will determine, in general, if
the Work is prQceeding in accardance with the Contract Documents. City's Project Manager will
nat be required to make exhausii�e ar continuaus inspections on the Site to check the quality or
quantity of the Work. City's Project Ma�ager's efforts will be directed toward pro�iding City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City's Project Manager's visits a�r�d observations are subjecti to all the limitations on authority and
responsibility in the Contract Docutnents including those set forth in Paragz�aph
s.a�.
CITY OF FO1ZT WORTH
STANDARDCONSTRUC1TdN SPECIPICATION TJOCiJME1VTS
Revision: Mmrh9,2020
007200-I
GENERAL CON�ITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Manager may authorize minor variations in the Work from the requireme�ts of the
Contract Documents which do not involve an adjastment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning r�vhole as
indicated by the Contract Documents. These may be accomplished by a Field Order and wiil be
bindir�g on City and also on Contractor, who sha11 perform the Wark invaIved prompt�y.
9.04 Rejecting Defective Work
City wiIl have autharity to reject Work vwhich City's Project Manager believes to be defective, ar will
not produce a completed Project that conforms to the Contract Docurnents or that will prejudice the
integrity of the design concept of the completed Project as a funcfioning whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testing of the Work as
pravided in Article 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work PeYfortned
Contractor wilI determine the act�aal quantities and cIassifications of Work performed. City's Project
Manager will review with Contractor the preliminary detet7minations on such matters before rendering
a written recommendation. City's written decision wi11 be final (except as modified to reflect changed
factual conditians or more accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be t�e initial interpreter of the requiretnents of the Contract Documents and judge of the
acceptability af the Work thererander.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will 6e final and binding on the Contractor, subject
to ihe provisions of Paragraph 1fl.06.
ARTICLE l 0— CHANGES IN THE WQRK; CLAIMS; EXTRA WORK
1 a.0 I Authorized Changes in the Wo�k
A. Without invalidating the Contract and withou# notice to any surety, City may, at any time or from
time to tim�e, arder Extra Work. Upon notice of such Extra Wark, Contractor shall promptly
proceed with the Work involved vwhich rvill be performed under the applicable conditions of the
Contract Docu�nenfis (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or �aay not precede an arder of Extra work.
B. For minor changes of Work not requiring changes to Contract Time ar Contract Price, a Field
Order may be issued by the City.
� CPl'Y OF FORT WORT�I
� STANDARDCONSTKUCTION SPECIFICATIOA' DOCUMENTS
� Revisian: Mazt�� 9, 2020
oa�zao-i
GENERAL CONDITI4NS
Page 34 of 63
10.02 Unauthorized Changes in the Work
Contxactor shall not be entitled fio an increase in the Contract Price or an extension of the Contract
Titne with respect to any work performed that is not required by the Contract Documents as amended,
rnodi�ied, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
pro�ided in Paragraph 6.17.
1 Q.03 Execution of Change Orders
A. City anc� Contractar shall execute appropriate Change Orders covering;
1. changes in the Work which are: (i} ordered by City pursuant to Paragraph ] 0.01.A, (ii} required
because of acceptance of defective Work under Paragraph 13A8 or City's correction of
defective Work under Paragraph T3.09, or (iii} agreed io by the parties;
2. changes in the Contract Price or Cantract Tirtae which are agreed to by the parties, i�tcluding
any undisputed surri or amount of titne for Work actually performe�.
10A4 Extra Work
A. �hould a difference arise as to what does or does not constitute Extra Work, ar as to the payment
thereof, and the City insists upon its performance, the Contractar shall proceed with the work after
making written reyuest for writ�en orders and shail lceep accurate account of the actual reasonable
cost thereaf. Coniract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractar sha11 furnish the City such installatian records of all deviations from the original
Cantract Documents as may be necessary io enable the City to prepare far pez'manent record a
corrected set o�'plans showing the actual instaltatian.
C. The campensatian agr�ed upon for Extra Work whether or not initiated vy a Change Order shall
be a ful1, conapiete and final payment far all costs Cont�actar incurs as a result ar relat�ng to the
change or Extra Wax�, whether said costs are known, unlaaown, for� �se�n or anfareseen at that
time, including without limiiation, any costs for delay, extended overhead, ripple or irnpact cost,
or any other effect on changed or unchanged wor�C as a result of the change or Extra Work.
I0.05 Notifacation to Surety
If ihe pro�isions of any bond require notice to be given to a surety of any change aifecting the general
scope of the Wor�C or the provisions of the Conh'act Documents (including, but not limited to,
Contract Pr�ce or Contract Time}, the gi�ing of any such notice will be Contractor's responsibility.
The amount of each applicable bond wi�l be adjusted by the Coni�actor to reflect the efFect of any
such change.
CTiY OP FORT WQRTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Re�ision: Man�9,2020
00 �z oo - �
GENERAL CON�ITfONS
Page 4D of 63
10.06 Contrcact Claims PYocess
A. City's Decision Required: All Contract Claims, e�cept those waived pursuant to Paragraph
14.09, shall be referred to the C�ty for decision. A decision by Ciiy shall be required as a condifiion
precedent to any exercise by Contractor oi any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect oi such Cantract Claims.
B. Notice:
1. Written notice stating the general nai�re o� each Contract Claim sha11 be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Caniract Claim shall rest with the party making the Contract
Claim.
2. Notice af the aznount or extent of the Contract Ctaim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additianal time for Contractor to submit additional or more accurate data in support oi
s�ach Contract Ctaim).
3. A Contract Claim for an adju,stment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim far an adjusiment in Contract Time shall be prepared in accordance with
the provisions ofParagraph 12.02.
5. Each Contract Clairn sha11 be accompanied by Cantractor's written statement that the
adjustment cIaimed is the entire adjustment to which the Contz�actar believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of ihe
clairaaz�Ys last submittal (unl�ss Cantract allows additional time).
C. Caty s Action: City wiIl review each Contract Claim and, within 30 days after receipt of the last
submittal of the Confractor, if any, take one of the following actions in writing:
1. deny the Contract Clairn in whole or in part;
2. approve the Contraci Claim; or
3. notify t11e ��'ontractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City #o do so. Far purposes of further
resolutin�, of the Contract Claim, such notice shaIl be deemed a deniai.
F CTI'Y OF FORT WORTH
� STANDA1i17CONSTAUCTIONSPECIFTCATIONDOC[IMEIVTS
� Tievision:Mv�h9,2020
oonao-i
GEN�FtAL CONDITIONS
Page 41 of b3
D. City's writ�en action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor in�oke the dispute resolution procedure set forth in Article 16 within 30 days of such
action ar denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; i]NIT PRICE W�RK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included.• The terrm� Cost of the Wark means the sum of all costs, except those excluded in
Paragraph 1 l.O 1.B, necessarily incurred and paid by Coniractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, tl�e costs to be reimbursed to
Cantractor will be only those additional or incremental costs required b�cause of the change in the
Wark. Such costs shail not include any o�' the costs itemized in Paragraph ll A 1.B, and shall
include but not be limited to the following iterns:
1. Payroll costs far employees in the direct employ of Contractor in the performance of the
Work under schedules of job c�assifications agreed upon by City and Contiractar. Such
employees shall include, withouti limitation, superintendents, forernen, and other personnel
etnployed full time on the Work. Payroll costs for employees not emplayed full time on the
Wark shall be apportioned on the basis of their time spent on the Work. Payrall costs sha�l
include;
a. salaries with a 55% markup, ar
b. salaries and wages plus the cost af fringe benefits, which shall include social security
contributians, unemploymeni, excise, and payroll taxes, warkers' compensation, heaItih
and retirement benefits, bonuses, sick leave, �acation and holiday pay applicable thereto.
The expenses of perfarming Work outside of Regular Working Hours, Weekend
Working Hours, or legal hoiidays, shall be included in the above to the extent authorized
by City.
2. Cost of a11 materials and equiprnent fuz7nished and incorporated in the Wark, including costs
of transportation and storage thereof, and Suppliers' field services required in cannection
therewith.
Rentals of all construction equipment and tnachinery, and the parts thereof wheiher rented
fram Contractor or others in accordance with rental agreemenis appraved by City, and the
costs of transportation, loading, unlaading, assembly, dismantling, and remo�ai thereof. All
such costs shall be in accardance with the tertns of said rental agreetnents. The rental of any
such equiptr�ent, mach�nery, or parts shall cease when the use th�reof is no longer necessary
for the Work. �
CTCY OF FORT WORTH
STAN]�ARDCONSTRUCTION SPECIFICATION DOCUMENTS
Re�ision: Manch9, 2020
D072D0-1
GENERAL CONDITIONS
Page 42 af 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Yf
required by City, Contractor shali obtain coznpetitive bids from subcontractors acceptable to
City and Contractor and shail deliver such bids to City, who will then c�etermine, which bids,
if any, w�ll be accepiable. If any s�bcontract provides that the Subcontractor is to be paid on
the basis of Cast of the Work plus a fee, the SUbcontractar's Cast of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
thisParagraph 11A1.
5. Costs of special consulta.nts (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed far services specifically related
to the Wark.
6. Suppletnental costs including the following:
a. T`he proportion of necessary transportation, travel, and subsistence expenses of
Cont�actor's employees incurred in discharge of cluties co�n.ected with the Work.
b. Cost, including transpartation and �nnaintenance, of a11 tnaterials, supplies, equipment,
machinery, appliances, office, and temporary faciIities at the Site, and hand tools not
owned by the workers, which are consumed in fhe perfarmance af tlze Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consutx�er, use, and other similar taxes related to the Wark, and far which
Contractar is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence o�' Contractor, any Subcontractor, ar
anyone directly or indirectly empIoyed by any of them or for whose acts any of them may
be liahle, aad royaliy payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensaied by insurance or othet^�vise, sustained by Contractor in connection with the
performance of the Work, provided such iosses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indir�ctly
employed by any of them or for vvhose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
aamages, and expenses shail be included in the Cost of the Wark for the purpase of
determiriing Gontractor's €ee.
f. The cost of utilities, fuei, and sanitary facilities at the Site.
g. Minor expenses such as telegratns, Iong distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
GITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOGUMENTS
Revision: Manii9,202a
oo�aoo-i
GENERAL CONDITI{?NS
Page 43 of 63
h. The casts of premiums �or all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded.• The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractar's off cers, executi�es, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimatars, at�arneys, auditors, accountants, p�archasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractar, whether at the
Site or in Cantractor's principal or branch office iar general administration of the Work and
not specifically included in the agreed upon schedule of jo6 classifications re�e�'ed to iz�
Paragraph 11.Q1.A.l or speci�cally covered by Paragraph 11.Oi.A.4, a11 of which are to be
considered administrative costs co�vered by the Contractor's fee.
2. Expenses of Contrac�or's principaI and branch offices aiher than Contractor's office at the
Si�e.
Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges aga�nst Contrac#or for delinquent payment�.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed 6y any of them or for whose acis any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials ar equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kinc�.
C. Contractar's Fee: When all the Wark is performed on the basis of cost-plus, Contractar's fee
shaIl be determined as set forth in the Agreement. When the �aIue of any Work coeered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contrac�or's fee shall be determined as set forth in Paragraph 12.01.C.
D. Dacumentation.• Whenever the Cost of the Work far any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.OI.B, Contractor will establish and maintain recards thereof in
accordance with generally accepted accounting practices and submit in a fc�wm ucceptable ta City
an itemized cost breakdown tagether with supporting data.
11.02 Allowances
A. Specifaed Alloyvrxnce: It is understood t1�at Contractor has included in the Cortix'act Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as rnay be aceeptable ta City.
B. Pre-hidAdlowances:
1. Contractor agrees that:
C1TY OF FORT WOATH
$TANDARD CONSTRUCTION SPECiFICATIOiV ]aOCUMENTS
Revisian: Matt�i9,202d
00 72 06 - i
GEN�F2AL CONDITIONS
Page 44 of 63
a. the pre-bid ailowances include the cast to Contractar 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, 1abar, i�stallation, overhead,
profit, and other expenses contempla�ed for the pre-bid allowances have been inciuded in
t�e allowances, and no demand far additional payment on account af any of the
faregoing wiil be valid.
C. Contingency Aldowance: Contractor agrees that a contingency allowance, if any, is for #k�e sote use
of City.
D. Priar to final payment, an apprapriate Change Order will be issued to reflect actual amounts due
Contractor on account of �rVork covered by allowances, and the Contract Price shalt be
correspondingly adjusted.
1 I A3 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for a11 Unit Price Work an amount equal ta
the sum of the unii price far each separately identified item of Unit Price Work times #he estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of i�ems of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Detertninations of the
actUal quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required %r a functionally complete installation,
but not identified i� the iisting of unit price ttems shall be considered incidental to unif price work
listed and the cost of incidental work included as pari of the unit price.
D. City may make an adjustrnent in the Contract Price in accordance with Paragraph 12.01 if:
L the quantity of any item of Unit Price Wo� ic performed by Contractor differs materially and
signifcantly from tl�e estimated quantity of such item indicated in the Ageement; and
2. there is no correspanding adjustment with respect to any other item of Work.
E. Inc�eased or Decreased Quantaties: The City reserves the right ta order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities ar the alterations do noi significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CiPY OF FORT WORTH
STANi7ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Mareh9,2020
ao�zoo-t
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations signi�cantly change the character of work, the
Conteact will be amended by a Change Order.
3. If na un�t prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Itetn af work varies by mare than 25% from the original Contract quantity.
5. When the quantity af work to be done under any Ma�or Item of the Contract is more than
125% of the original quantity stated in ihe Contract, then eitHer party to the Contract may
request an adjusttnent to the unit price on #he portion of the work that is above 125%.
6. Wi�en the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the uni� price.
11.04 Plans Quantity Measurernent
A. Plans quantities may or may not represent the e�ct quantity af work performed az' material moved,
handled, or placed during the e�ecut�on of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Articl�.
B. If the quantity measured as autlined under "Pz�ice and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" far specifc I�ems} frorn the total
estima#ed quantity far an individual Item originally shown in the Contract Dacuments, an
adjustment may be rnade �o the c�uantity of authorized work done for payment puzposes. The party
to the Contract requesting the adjustment will pravide �eld measuretnents and calculations
showing the final c�uantity for which payment wili be made. Payment for revis�d quantity will be
made at the unit price bid for that Item, except as proeided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, t1�e plans quantity will be increased ar decreased
by the amaun� in�oived in the change, and ihe 25% �ariance will apply to tihe new plans quantity.
D. If the tafal Contract yuantity multiplied by the unit price bid for an individuaI It�m is less than
$250 and the Item is nat originalIy a plans quantity Item, then the Item may be paid as a plans
quantity Item if tI�e City and Contractor agree in writing to fix the final quantity as a plaz�s quantity.
CiTY OF FORT WORTH
STANDARI} CONSTRUCTION SPECIFICATIOAT DOCUMEI�TTS
Itevision; March9,20?A
00 �2 00 - i
CyENERAL CONDITIONS
Page 46 of 63
E. For calIout work or non-site specific Cantracts, #he plans quantity tneasurertaent requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TTME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documenis, by
application af such unit prices to #he quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Wark involved is not covered by unit prices contained in the Contract Docurn�nts,
by a mutuaily ageed lump sum or unit price {which may incIude an allowance for overheaci
and profit not necessarily in accardance with Paragraph 12.O1.C.2}, and shalI include the cost
of any secondary impacts that are foreseeable at the time of pricing the cast of Extra Work;
or
3. where the Wark involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as pravided in Paragraph 12.O1.C}.
C. Contractor's Fee: The Contractor's additional fee for overhead and profit snall be determined as
follows:
1. a mutually acce�table fixed fee; or
2. if a fixed fee is nc�t agreed upon, then a fee based an the fallowing percentages of the various
po�tions of the Cost of the Work:
,•
a. for costs incurrecl under Paragraphs 11.O1.A.1, i 1.O1.A.2. �� � 11.O1.A.3, the
Contractor's additional fee shall be 15 percent e�cept for:
1) rental fees for Contractor's own equipmen# using standard rental rates;
2} bonds and insuranc�;
b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (S%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Wark plus a
fee and no fixed fee is agreed upon, the intent o�' Paragraphs 12.01.C.2.a and
12.OLC.2.b is that the Subcontractor who act�ally performs the Work, at whafevez'
C1TY bF FORT WOATH
STANIIARD CONS'IRUCTIOIV SPECIFICATION DOC[JNIENTS
Revision: Mazr1i9,202Q
aa�2aa-i
GENERAL CpNDITIaNS
Page 47 of 63
tier, will be paid a fee of 15 percent af the costs incurred by such Subconiractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee af five percent (5%} of ihe amount paid to the next
lower tier Subcontractor, however in no case shal� the curnulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of casts itemized under Aaragraphs 11.Q1.A.b, az�d
1 l .01.B;
d. the amaunt of credit to be aliowed by Cantractor to City for any change which resulis in
a net decrease in cost wili be the amount ofthe actual net decrease in cost plus a deduction
in Contractor's fee by an amount equaI �o five perc�nt {5%) of such net decrease.
I 2.02 Change of Cvntr�ct Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of ihe Coniract Time wili be allowed for Extra Wark or for claimed delay unless the
Extra Work cont�mplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critzcal Path Method analysis how ihe Extra Work or claimed
delay adversely affects the critical paih.
12.03 Delays
A. Where Contractor is reasonably delayed in t�e perfarmance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
tf�erefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utiliry awners or other �ontractars performit�g other work as
contemplated by Artic�e 7, fires, flaods, epidetnics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractar's sole and exclusive remedy for the delays described i�
this Paragraph.
B. If Contractor is delayed, City shall not be �iable to Contractor for any claims, costs, losses, ar
darnages (including bu� not �Tmit�d to all fees and charges of engineers, architects, attorneys, and
other professianals and ali court or arbitration or other dispute resolution costs} sustained by
Contractor on or in connection with any other project or anticipated project.
C. Coniractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within tI�e conirol of Contractor. Delays attributable to and within the control o� a Su6contractor
or Supplier sha�l be deemed to be delays witk�in the cantrol of Contraciar.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except �vhen
direct and unavoidable extra cost io the Contractar is caused by the failure af the City to provide
inforznation or material, if any, which is to be fiu�nished b� the City.
CITY OF FORT WORTH
STANDATtD CONSTRUCTION SPECIF[CATIO�T DOCiJMENTS
Revision: Ma�h9,202D
00 �2 oa - �
GENERAL COPIDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 1Votice ofDefects
Notice of all defective Wark of which City has acival knowledge will b� given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article l 3.
13.02 Access to Wo�-k
City, independent testing laboratories, and governmental age�acies with jurisdict�o�aai interests will
have access to the Site and tne Work at reasonable tirnes far their observation, inspection, and testing.
Contractor shall provide them proper and safe canditions for such access and advise them of
Contractor's safety procedures and programs so that they rnay comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readzness of the Work for aIl required inspections,
tests, or approvals anc� shall cooperate with inspection and tesiing personneI to facilitaie required
inspections ar tests.
B. If Contraci Docu�nents, Laws or Regulations of any pubIic body having jurisdiction require any
of tHe Work {or part therea fl to be irispected, tested, or approved, Contractor shall assu�me full
responsibility for arranging aad obtaining such independent inspections, iests, retesis ar approvais,
pay all costs in connection therewith, and fiarnish City the required cerCif cates af inspection or
approval; excepting, however, those fees specifically idenfiified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation {TDLR) inspections, which shal� be paid as
described in the SUpplementary Conditions.
C. Coniractor shall be responsible far arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in tl�e Work; or acceptance of materials, m� designs, or equipment
submitted %r approval prior to Contractor's purchase thereof foz' incorporation in the Work.
SUch inspections, tests, re-tests, ar approvals shall be �er%rmed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing �aboratory ("Testing Lab") to
perfor�n any ins�ections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section �3.03 D result in a"fail", "did not pass" ar other
simiIar negative result, the Contractar shall be responsible %r paying for any and all retests.
Contracfiog's cancellation withaut cause of City initiated Testing shall be deemed a negative
result and require a retest.
' CITY OF FORT WORTH
� STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS
_ -_ Revision: Mam]i 9,2020
00�2oo-i
GENERAI. CONI]ITlONS
Page 49 of 63
3. Any amounts owed for any r.etest under this Section 13.Q3 D shall be paid directly to the
Testing Lab by Contractor. City will forward al( invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will t�ot issue �inal �aytx�en# until t�e Testing
Lab is paid.
E. If any Wark {ar the work af others} that is to be inspec�ed, tested, or appro�ed is cover�d by
Coniractor without written concurrence of City, Contractor shall, if requested by City, uncaver
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractar's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest ar in�aice issued
under Section 13.43 D.
13.UQ� Uncovering Work
A. If any Work is covered contrary ta the Contract Documents or specific instruciions by ihe City, it
must, if requested by City, be unco�ered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that co�ered Work be observed by City or inspected or
tested by athers, Contractor, at City's request, shall unco�er, expose, or otherwise make a�ailable
far observation, inspection, or testing as City may rec�uire, t1�at portion of ihe Wark in question,
fuz-nishing a11 necessary labor, material, and eyuipment.
1. If it is found that the uncovered Work is defective, Contractar sha11 pay a11 claims, costs,
losses, and da�nages {including but not limited ta all fees and charges of engineers, architects,
attorneys, and other professionals and all court ar other dispu�e resolution costs} arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair ar
replacement of work of oihers}; or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in vvhich case Contractor shall stil� be responsible for all costs associated
with exposing, obseeaing, and testing the defective W� ��?�
�.i
2. If tl�e ux►covered Work is not fvund to be defective, Contractor shali be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, abservation, inspection, testing, replacement, and reconstruction.
13.45 Crty May Stop the Work
If the Work is defective, or Contractar fails to supply sufficient skilIed workers or sui#able materials
or equipment, or fails to perform the Work in such a way that the campleted Work will conform to
the Contract Doci.�rnents, City may order Contractor to stop the Work, or ar�y portian thereof, until the
cause for such order has been eIiminated; h:owever, this right af City to stop the Work sha11 noi give
rise to any duty on t�e part of City to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARDCONSTRUCTIdN SPECIFICATION DOCj.JMENTS
Aevision: Marr1i9,2(YLQ
00 �z oo - �
GENERAL COiVD1710N5
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, ar employee or ageni of
any o�them.
13.OG Correctfon or Removal of Defective Work
A. Promptly after receipt of written n.ofice, Contractor shall correct all defective `Nark pursuant to
an acceptable schec�ule, wheiher or not fabricated, instalIed, or campleted, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall �ay all claims, casts, additional testing, losses, and damages (including but not
�imited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resoiution costs) arising out of or relating ta such correction
or removal (includi�ng but not limited to aIl cos�s of repair ar replacement of wark of others}.
Failure to require the removal of any defective Work snaIl not constitute acceptance af such Work.
B. When correcting defective Work under the terms of th:is Paragraph 13.06 or Paragraph 13.07,
Cantrac#ar shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two {2) years after the date of Final Acceptance (or such longer period of iime as may be
prescribed b� the terms of any applicable special guarantee required by the Contract Dacuments),
any Work is found to be defective, ar if ihe repair af any da�xtages ta the land or areas made
available for Contractor's use by City or permitted by Lavws and Regulations as con#enaplated in
Paragraph 6.10.A is faund to be ciefective, Contractor shall prornptly, without cost to City and in
accordance �ith City's written instructions:
1. repair such defective land or areas; ar
2. correct such defective Wark; ar
3. if t�-ie defective Wark has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any dainage to other Worl�, to the work
af others or other land ar areas re�ulting therefrom.
B. If Contractar does not promptly compIy with the terms of City's written instructions, or in an
emergency where delay �wvould cause serious risk of loss or cianr�age, City may have the defective
Work carrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, fosses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or ather dispute resolution costs} arising
out of or relating to such correction or repair or such removal and replaceznent {including but nat
limited to alI costs of repair or replacement of work of others) wilI be paid by Contractor.
CITY OF FORT WbRTH
STANDARDCONS'I'RUCTION SPECIFICAT10Ni DOCI.JMENTS
Revision: Ma�li9,202U
00 �2 00 - �
GEN�RAL CQNDITfONS
Page 51 of 63
C. In special circumstances where a particular itern of equipment is piaced in continuous service
before Final Accep�ance of all the Work, the correction period for that item may start to run frozn
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefram} 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 after the ez�d of
the initial correction period. City shall provide 30 days written natice to Cantractor should such
additional warranty coverage be required. Coniractar may ciispute this reyuirement by filing a
Con�ract C�aitn, pursuan� to Paragraph 1Q.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any othee obligation or
warranty. The provisions of this Paragraph i 3.07 shall not be construed as a substitute for, ar a
waiver of, the provisiorzs ofany applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of r�quiring correction or removal and replacement oi defective Work, City prefers to
accept it, City may do sa. Contractor shall pay all claims, costs, losses, and damages (including but
na� limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
co�rt or other dispute resolution costs) attributable to City's evaluation of and determination to accept
such defective Work and for the diminished vaIue of the Work to the extent nai otherwise paid by
Contractor. If any such acceptance occurs prior to �'inal Acceptance, a Cf�ange Order will be issued
incorporating t�e necessary revisions in the Cantract Documents with respect to tl�e Work, and City
shall be entitled ta an appropriate decrease in the Contract Price, reflecting the diminished �alue of
Work so accepied.
13.09 City May Correct Defective Work
A. If Contractar fails within a reasonable time after written notice from City to correct defective
Wark, or to remove and replace rejected Work as reyuired by City in accordance with Paragraph
13.�6.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply vc�ith any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such defciency.
B. In ex.ercising the rights and remedies undez' this Paragraph 13 A9, Cify 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 Contrac#or's
services related thereto, and incorporate in the Work alf materials and equipment incorporated in
the Wark, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
Coniractor shall allaw City, City's representati�es, agents, consuItants, ezxaployees, and City's
other contractors, access to the Site to enable City to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not litnited ta all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CiTY OF FORT WORTH
STAI�iDARD CONSTRUCTION SiECTFICATION DdCi.iMENTS
Ztevision: Matcl�9,2D20
oo�zao-i
GENERAL CONDITlONS
Page 52 of 63
costs} incurred ar sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change 4rder will be issued i�corporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allawed an extension of the Contract Time because of any delay in the
perfarmance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
AR'T�CLE l.� — PAYMENTS T4 CONTRACTOR AND COMPLETION
14.41 Schedulc af Values
The Schedule af Values far lump sum contracts establis�ed as provided in Paragraph 2A7 wi11 serve
as the basis far progress payments and wili be incorporafed inta a form of Applicatian for Payment
acceptable to City. Progress payments on acco�ant of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. Af Ieast 20 days be%re the date establishec� in the General Requirements for each progress
payment, Contractor shall subnazt to City for review an Application for Payment filled out and
signed by Contractor covering the Wark completed as of the date of the Application and
accampanied by such supporting docUmentation as is required by the Con�ract Docume�nts.
3. If payrnent is requested on the basis af materials ar�d equiprnent noi incorparated in the Work
but delivered and suitably stored at the �ite or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, aIl of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Appfication shall include an affidavit
af Contractar stating that previous progress payrnents rec�ived on account of the Work have
been applied on account to discharge Contractor's legitimate abIigations associated with prior
Applications for Payment.
5. The amount of r�tainage with respect to progress payments wilf be as stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP�CIFICATIOl�' DOCUM81�"i'S
Kevision: Ma�h9, 2020
00�200-�
GENERAL CONQITIONS
Page 53 of 63
B. Review ofApplications:
City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Applica�ioa to Contractor indicating reasons far
refusing payment. �n the latter case, Contractor may make ihe necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment wili be based on
Ciiy's observations of the executed Work� atlCl QIl CI�'s review afthe Application fot Payz�raent
and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accardance with the Contract Documents (subject
to an e�aluation of the Work as a functioning wHole priar to or upon Final Acceptance, the
resuIts of any subseyuent tests called for in the Contract Documents, a final determination
of quantities and cIassifications for Worl� pez�£orzned under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment wi11 not thereby be deemed to have represented tha�:
a. inspect�oz�s made to check the q�ality or the quantity of the Work as it has been
performed have been exhaustive, extend�d to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically assigned
to City in the Contract Documents; or
b. there may not be other matters or issues between the par�ies that migh� entitle Cotatractor
to be paid additionally by City or entitle City to withhold payrr�ent to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractar's perfortnance
of the Wor�.
4. City may refuse to process the whoIe or any part of any payment because of subsequently
disco�ered evidence ar the results of subsequent inspections or tests, and revise or revoke
any sucn pavment previously made, to such extent as may be necessary to protect City from
loss because:
a, the Work is defective, or the completed Work has been damaged by ihe Contractor or his
subcontractors, requiring correction or replacernent;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. Ci�y has been required to correct defective Work or complete Wark in accordance vvith
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCITON SPECIFICATION DQCIJMENTS
Revision; March 9, Zd20
007200-1
GENERAL COMDITIONS
Page 54 of fi3
e. City has actual knowledge af the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts Less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracfis greater than $�400,Qa4 af the ttme of executian, retainage shall be five percent
{Sp�O}.
D. Liquidated Damages. For each calendar day that any work shall remain uncornpJeted a$er the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted fronn the monies due the Contractar, not as a penalty, but as liquidated damages suffered
by the City.
E. Payment: Contractar will be paid pursuant to the requirements of this Article 14 and payrnent
will become due in accardance with the Contract Documenfis.
F. Reduction in Payment:
1. City may refuse to rnak� paym�nt of the amount requested because:
a. Liens have been filed in connection with the Work, e�cept �vvhere Contractar has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
b. there are ather iterns en�titling City to a set-off against the amount recammended; or
a City has actual knowledge of the occu�rence of any of the events enurrierated in
Paragraphs 14.02.B.4.a ihrough 14.02.B.4.e ar Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount rerna'tning after
deduction of the amount sa withheld. City shall pay Contractor the amount so withheld, or any
adjusiment thereto agreed to by City and Contracior, when Contractor remedies the reasons
for such action.
14.03 Contf-acto�''s WaY�anty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by ar�y
Application far Payment, whether incarporated in the Project or not, will pass to City no later than the
tirne of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC�'ICATION DOCi J3VIENTS
Revision: March 9, 20z0
00 �2 00 - �
GENERAL CONDITfONS
Page 55 of 63
14.04 Partaal Utilization
A. Prior to Final Acceptance of alI the Wark, City may use or occupy any substantially campleted
part of the Work which has specifically been identified in the Contract Documents, or which City,
determines constitutes a separately functioning and usable part of the Work that can be used
by City for its intended purpose without significant interference with Contractor's performance of
the remainder af the Work. City at any time may no#ify Contractor in writing to permit City to use
or occupy any such part ofthe Work which City determines to be ready for its intended use, subject
ta the following candiiions:
1. Contractor at any tirne may notify City in wri�ing that Contractor considers any such part of
tl�e Work ready for its intended use.
2. Within a reasonable tirne after notification as enumerated in Paragraph 14.a5.A.1, City and
Contxactor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially compl�te, City
will notify Contractor in writing giving tl�e reasons there%r.
3. Partial Utilizatian will not constitute Final Acceptance by City.
14.45 Finallnspeciion
A. Upon written notice from Contractor that the entire Wor% is complet� in accordance with the
Cantract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in vvriting of all pat�iculars in which this inspection reveals that
the Work is i�complete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work ar remedy such deficiencies.
B. No time charge will be tnade against the Contractor bettiveen said date of natification of the City
and the date of Final Inspection. Shauld the City determine that the Wark is not ready for Final
Inspeciion, City will notify �he Contractor in writing of the reasons and Contract Time vvili r�, �� �e.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additiional Work identified in tI�e Final
Inspection, City will issu� to Contractor a lefter of Final Acceptar�ce.
C1TY OF FORT WOATH
STANDARDCOAISTRUCTIpN SPECEFICATION DOCUMENTS
Re�ision: Munl►9, 2024
Q0 72 00 - 1
GENERAL CONDITIONS
Page 56 of63
14.p7 Final Payment
A. Applacataon foN Payment:
i. Upon k'inai Acceptance, and in the opinion of City, Cantractor may make an appiication for
final payrnent following the procedure for progress payments in accordance with the
Contract Docurnents.
2. The fmal Application for Payment shall be accompanied {excepi as previously delivered) by:
a. all documentation ca�led for in the Contract Documents, including but t�ot limited to the
eviclence of insurance required by Paragraph S.Q3;
b. consent af the surety, if any, to f nal payrnent;
c. a list of alI pending or released Damage Claims against City that Contractar believes are
unsettled; and
d. affidavits of payrnents and complete and iegally effective releases ar waivers
(satisfactory to City) of all Lien righfs arising out of or Liens f Ied in connection with the
Work.
B. Payme�at Becames Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, Iess previous payments made and any suzxa City is entifled,
including but not limited to liquidated darnages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contracior or;
b. Contractor provides evidenc� that the Damage Claim has been reported to Contractar's
insurance provider for resoIution.
3. The taaakintg of the final payment by the City shal� not ��liev� the Coniractor of any
guarantees or other requirements of the Contraci Documents which speciiically continue
thereafter.
14.08 Final Completaon Delayed and Partial Retatraage Release
A. If final completion of the Work is significantly deIayed, and if City so confirms, City tnay, upon
receipt af Contractor's final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully campleted and accepted. If the
remaining balance ta be held by City for Work not fully compleied or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the paymenf of the balance due for that
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS
Kevision: Ma�h9,2a10
oa�zao-�
GE�VERAL CONDITIONS
Page 57 af b3
portion of the Work fitlly completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shaIl be made under the terrns and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retaanage Release. For a Contract that pro�ides for a separate �egetati�e esta6lishment
and maintenance, and tiest and perforrr�ance periods %llowing the compietion of all other
construction in the Confract Documents for all Work locations, the City may release a portion of
the amount retained pravided that all other wark is completed as determined by the City. Before
the release, all submittals and fnaI qnantities must be camp�eted and accepted for all other work.
An amount sufficient to �nsure Contract compliance will be retained.
14.09 Warve� of Claims
The acceptance of fnal payment will constitute a release of the City from all clainns or liabilities
under the Contract for anything done or furnished or relating to the wark Under the Contract
Doc�unents ar any act or neglect of City related to ar connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any por�ion thereof by wtitten
notice to Contractot' and which may fix the date on which Work will be resum�d. Contractor shall
resume the Wor� on the date so fixed. During temporary suspension of the Work cavered by these
Contract Documen#s, for any reason, the City will make no exi�ra payment for stand-by time of
construction equipment andlor constr�ctian crews.
B. Should the Contractor not be able to camplete a portion of the Project due to causes beyond tI�e
control of and without the fault or negligence of tk�e Contractor, and should ii be determined by
rr►utual consent of the Contraciar and City that a solution ta ailow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
G If it should become necessary to suspend the Work for an indefinite period, the Contractor sha11
s�ore all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall iake every precaution to prevent damage or
deterioration of the work performed; he shall pravide suitable drainage about ihe work, ar�d erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary ec�uipment to ihe job when it is determin�d by the City that construction may be
resumed. Such reimbursement shall be based on actual cosfi fio the Cantractor af mo�ing the
equipment and no profit will be allowed. Reimbursement may not be allawed if the equipt�aent is
moved to another construction project for the City.
C1TY OF FORT WQATf-I
STANDARD CONSTRUCTION SPECIP'ICATION DOC�JMENTS
Revision: Marc]�4,2020
00 �a oo - �
GEN�RAL C�NDITIONS
Page 58 of 63
15.02 City Mcry Terminate foN Cause
A. The occurrence of any one or rnore of the following events by way of example, but not of limitation,
may justify termination for catase:
1. Contractor's persisten# failure to perform the Work in accardance with the Contract Documents
{including, bui not limited to, failure to supply suf�cient skilled vvor�ers or suitable materials
or equipment, faiIure ta adhcre to the Projeci Schedule esiablished under Paragraph 2.07 as
adjusted from time to time p�rsuant to Paragraph 6.04, or failure to adhere to t�e City's
Business Diversity Enterprise Ordinance #20024-12-2U11established under Paragraph
6.06.D);
2. Contractor's disregard o#'Laws or Regulations of any public body having jurisdiction;
3. Cantractor's repeated disregard of the authority of City; or
4. Contractar's violation in any substantial way of any provisions of the Contraet Doc�naents;
or
Contractar's failure to promptly rnake good any defecti in materials or �wvorkmanship, ar
defects of any nat�are, the correction of which has been directed in writing by the City, or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that ti�e Contractor has become insolvent or bankrupt, or otherwise
f nancially unable io carry on ihe Work satisfactorily; or
8. Con�ractor commences legal action in a court of competent jurisdiction against the City.
B. If one or anore of the events identified in P�ragraph 15.02A. occur, City wiIl provide written notice
to Contractor and Surety to a�range a conference with Contractor and Surety to address
Contractor's failure �o perform the Work. Conference sha�l be held not later t�an 15 days, a1+..-�
receipt of noiice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, tl�e City may, ta the extent perrriitted by Laws and
Regulations, declare a Cantractor defauit and formal�y terminate the Contractar's right to
complete the Contract. Contractor default sha11 not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Coniractor's fai�ure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be abligated to take over and perfornn the
Work. If Surety does not commence perfortnance thereof wiihin 15 consecutive caIendar days
aier date of at� additianal written notice demanding Surety's per%rmance oi its
CIT'Y OF FORT WOItTH
STANDARD CONS'I`RUCTION SPECIFICATION DOCUMElVTS
Revision: Marr.h 9,2Q20
oa �a oo - i
GENERAL CONDlTIONS
Page 59 of 63
obligations, then Ci�y, without process or aciion at lavv, may take over any po�-tion of the
Work and carnpl�te it as described below.
a. If City completes the Work, City may exclude Cantractor and Surety from the site and
talce possessio� o� the Wor[c, and all materials and equipment incorporated into the Work
stored at the Site or for rrvHich Ciiy has paid Contractor or Surety but vvhich are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether C�ty or Surety completes the Work, Contractor shall not be entiiled to recei�e any
further payment until the Wark is finished. Ifthe unpaid balance ofthe Contract Price exceeds
aIl claims, costs, losses and damages sustained by City arising out of or resulting from
cornpleting the Work, such excess wiil be paid to Contractor. If such cIaims, costs, losses and
damages exceed such unpaid balance, Cantractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorparated in a Change Order, provided
that wnen exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. N�ither City, nor any of its respecti�e consultants, agents, officers, directors or employees
sha�l be in any way liable or accountable to Contractor or �urety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. CiTy, notwi�hstanding the method used in completing the Contract, shall nat forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim an account of the method used
by City in completing tYte Contract.
6. Maintenance af the Work shall continue to be Contractor's and Surety's responsibilities as
pro�ided for in the bond requirements of the Contract Documents ar any special guarantees
prvvided for under f�e Contract Documents or any other obligations otherwise prescribed by
law.
C. Nofwithstanding Paragraphs 15.02.B, Contractor's serr�ices wi�l not be terminated if Contractor
begins within se�en days of receipt af natice �f intent to terminate to carrect its failure to perfarm
and proceeds diligently to cure such failure withi;� no snore than 30 days of receipt of said notice.
D. Where Contractor's services have been so ter�ninated by City, the termination vvill not affect any
rights or rem�dics of City against Contrac#or then existing or which may thereafter accrue. A�y
retention or payment of moneys due Contrac#or by City will no� release Cantractor frorr► (iabili�y.
E. If and to the extent that Cantrac�ar has pravided a performance bond under the provisians of
Paragz-ap� 5.02, the te�znation procedures of that bond ,shall not supersede the pro�isions of this
Article.
CITY OF FORT WORTH
STANDARD CON51`RUCTION SPECIFICATION DOCi.JMENTS
Revision; Marc1�9,2020
00 �z oo - �
GEiVERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the cantract is terr�inated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when t�e letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established tI,at suc�i
termination is made with just cause as tk�erein stated; ana no proof in any claim, demand or suit
shall be reyuired of ihe City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor sha1L-
1. Stop work Under the Contract on the date and to the extent specified in the notice of termination;
2. piace no further orders or subcontracts for materials, services or facilities except as may be
necessary for co►npietion of such portion of the Work under the Cont�act as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title io the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acqui�ed in cor�nection with the per%rmance o%
the Work terminated by the notice of the termination; and
b. the completed, or partialiy completed pla�as, drawings, information and other property
which, if the Cantract had been cornpleted, would have been required to be fiarnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; a.�d . .
6. take such action as may be necessary, or as the City nnay direct, �or the protection and
preservation of the property related to its contract which is in tlze possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quali�ty, of any or all iteans
of termination inventory not previously disposed of, exclusive of iterns the disposition of which
has been clirect�d or authorized by City.
C1TY OF FORT WOATI-I
STAN�ARDCON5TRUCTION SPECIFICA'I�ON DOCUMENTS
iievision: Marcfi9,20�9
ao�zon-i
GENERAL CONDITIONS
Page b 1 of 63
D. Not laier than 15 days thereafter, the City shall accept title Eo such items proeided, that the list
submitted shall be subject to verificatian by the City upon remo�al ofthe items or, ifthe items are
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to final settiemetat.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
clairn to the City in the form and with the certification prescribed by the City. Unless an e�ension
is made in writing within such b0 day period by the Contractor, and granted by the City, any and
all such claims shaIl be conclusively deemcd wai�ed.
F. In such case, Contractor shall be paid for {without duplication of any items);
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the e�fec�ive date of termination, including fair and reasonable sums far o�erhead and profit on
such Work;
2. expenses sustained prior to the effecti�e date of terminatian in perforrning services and
furnishing labor, maierials, ar equipment as required by the Contract Documents in connection
with uncornpleted Work, plus fair and reasonable sums for over�ead and profit on such expenses;
and
3. reasonable expenses directly attributa.ble to termination.
G. In the event of th� fa�lure oi tlie Contractor and City to agree upon the whole amount to be paid
ta the Contractor by reason of tk�e termination of the Wark, the City shail d�termine, on the basis
of information available to it, the amouni, if any, due to the Coniractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revcnue or other economic loss arising out of or resulting from
such tiermination.
ARTICLE 16 — DISPLTTE RESULUTION
16.fl 1 Methods and Procedures
A. Either City or Contractor may request mediatian af any Contract Ciaim submi�4� � for a decision
under Paragraph Ia.O� before such decision becomes final and binding. The request for mediatian
shall be submitted io the other party to the Contract. Timely subxnission of the reyuest shall stay
the effect of Paragraph 10.06.E.
B. City and Contractar shall parttcipate in the mediation process in good faith. The process shall be
cotnmenced within &0 days of filing of the request.
C. If the Contract Claim is not resal�ed by rrtediatian, City's action under Paragraph 10.O6.0 or a
denial pursuant to Paragraphs 10.06.C.3 ar 10.06.D shall become fmal and binding 30 days after
termination of the rnediation �nless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANllATtD CONSTRUCTiDN 5PECIFICATiON DOCUMENTS
Revision: Ma�h9, 2{)20
00 �a oo - i
GEMERAL CONDITIONS
Page 62 oF63
1. eIects in writing io invoke any otner disputie resolution process provided for in the
Suppleme►�tary Conditions; or
2. agrees wiih the other party to submit the Cantract Claim ta another dispute resolution
process; or
3. gives written notice to the other party of the inient to submit the Contract Claim to a court of
competent jnrisdiction.
ARTICLE 17 — MI�CELLANEOUS
17.01 Giving Notice
A. WIi�never any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if: �
1. delivered in person to the individual or to a member of the firm ar to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the iast busin�ss
address known to the giver of tl�e notice.
B. Business address changes must be promptly made in writing to the ofher party.
C. Whenever the Contract Documents specifies giving notice by electronic mear�s such electronic
notice shall be deemed sUfficie�t upon confirmation of receipt by ihe receiving pariy.
17.02 Computation af Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the �rst and include the last day of sUch period. If the last day of any such period falls on a
Saturday or Sunday ar on a day made a legaI llcliday the next Working Day shail become the last day
of the pariod.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or alI of thern which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions af the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated speci�cally in the
Contract Documents in connection with each particular duty, obIigation, right, a►�d rernedy to which
they apply.
C1TY OF FORT WORTH
STAIVDARD COIVSTAUCTION SPECIFICATION DOCUMENTS
Revision: Mareh9,2D20
oa �z oa - �
GE�IERAL. CONDITIONS
Page 63 of 63
17.44 Survival of Obiigations
A11 represeniations, inde�nnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Dacuments, as well as all confiinuing abIigations indicated in ihe
Contract Documenis, will sur�ive final payment, completion, and acceptance of the Work or
termination or compl�tian of the Contract or tez7mination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conc�itions. •
CITY OF FORT WORTH
STANL3ARD CON51`R[TCTION SPEGIFICATIOIQ DOCLTIvIENTS
Re�ision: Mair]z9,2020
�
00 73 00
$UPPLEMENTARY CONDITIONS
Page 1 of 5
SECTION 00 i3 00
�ciii���a►�iiau�s�:iiiii�►i����ii�►i:�
TO
GENERAL CONDITIONS
Suppiementary Conditions
`I'hese Supplementary Conditions znodify ar�d supplemant Section 00 72 00 - General Conditions, and other
provisions of the Contract Docu�nents as indicated below. All provisions of the General Conditions that are
modified ar supplemented remain in full force and ef�'ect as so modified or supplemented. AII provisions
of the General Conditions which are not so modified ar supplemented remain in fuil force and effect.
De�ned Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noied herein.
Modifications and Su�plements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
pther Cpntract Dpcuments.
SC-3.035.2, "Resolving Discrepancies"
Plans govern over Specifications.
SG4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descri�tions, Contractar shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TAACET DATE
Ni_TMSER OF P055ESSION
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractar considers the final easements provided to differ materially fronn the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement Iine locations.
SC-4.O1A.2, "Availa�ility of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
C1TY OF FORT WOKTH
STANDAAD CONSTRUCTIO[d SPECIFICATION DOCUMENTS
Revised March 9, 2020
00 73 00
SUPPLE1b1ENTARY CONI}TTTOI�S
Page 2 of 5
The Following is list of utilities and/or obstructions that ha�e not been removed, adjusted, and/or relocated
asof..__.: ��_..
EXPECTED UTILI'I'Y AND LOCA"I'I�N TARGET DATE OF
O WN�12 ADdEJS'FMENT
The Contractar understands and agrees that the dates iisted above are estimates only, are not guaranteed,
at�d do not bind the City.
SG4.02A., "Subsurface and Physical Conditions"
The following are reports oF expiorations and tests of subsurface conditions at the sita af the Work:
- ��� � "1
The following are drawings af physical conditions in or re3ating to existing surface and subsurface
sfructures (except Underground Facilities) which are at or contiguous to the site of the Work;
.YIJ_ 'G
SC-4.46A., "Hazardous Enviranmental Conditions at Site"
The fol3owing are reports and drawings of existing hazardous en�ironmentaI conditions known to the Gity:
SC-5.03A., "Certik5cates of �nsarance"
The entities listed below are "additional insureds as their interest may appear" including their respectir+e
offcers, directars, agents and employees.
(1) City
(2) Consultant: . _ ._.
(3) Other: _ _. _
SC-5.�4A., °LContractor's lnsurance"
The limits of liabzlity for the insurance required by Paragraph GC-5.04 shall provide the follawing
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A. �,�
�ru.rT��- :.,..
Employer's dt.
�Il1a;(ip�F ea+ch+accidendooecurrern
r� �rr-• �°� r:.,.�se _ ,:.xh ,.,..� i,..,. ,
SC-5.04B., "Contractor's Insurance"
5.04B. Commercial General Liabi3ity, under Paragraph GG5.04B. Contractor's Liability Insurance
under Paragraph GG5.04B., which shall be on a per project 6asis covering the Contractor with
minimum iimits of:
CITY OF FDRT W�RTH
STANDAIZD CONSTRUGTION SPECIFIGATION D4GUMEi�1TS
Aevised March 9, 2020
00 73 00
SUPPLEMENTARIC CONI7TTiONS
Page 3 of 5
The policy must ha�e an endorsement (Amendment— Aggregate Limits of Insurance) rnaking the
Ceneral A �¢regat�Limits_apply separateLy .to_each �ohsite__
The Commercial General Liabiiity Ins�rance policies shalI provide "X", "C", and "U" coverage's.
Veri�cation af such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.09C., "Contractor's Insurance"
5.44C. Auto�obile LiabiIity, under Paz�agraph GG5.04C. Cantractor's Liability Insurance under
Paragraph GGS.D4C., which shall he in an amo�nt not less than tlze fallowing amounts:
(1} AutoTnobile Liability - a commercial business policy shalI provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
K'I,OD0,000 each accident on a combined single limit basis. Sglit limits are acceptable if Limits are at
least:
,�250, 000 Bodily Injury per person
,�500, D00 Bodily Injury per accident :
�IDD,U00 Prapert� Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's constraction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and traeks �
The Contractor shall conduct its nperations on railroad properties in such a ma�uier as not to interfere with,
hinder, or obstruct the railroad company in any rnanner whatsoever in the use or operation of its/thair trains
or other property. Such operations on raitroad groperties may require that Contraciar to execute a"Right of
Entry AgreemenY' with the particular railroad corr�pany or companies involved, and to this end the
Contractor should satisfy itseli as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein Likewise relate
to the Contractor's use of privat� and/or construction access roads crossing said railroad cott�pany's
properkies.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounis, issued by companies satisfactory to the City and to the
Railroad Company far a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad prvperty:
(1) General Aggregate:
(2) Each Occurrence: �;"..�_.
With respect to the above outIined insurance requirements, the following shall govern:
1. Where a single rai�road company is invoIved, the Contractor shall provide one insurance policy in
the name of th� railroad company. However, if more than one grade separation or at-grade
crossing is affected by the Project at entirely separate locations on the line or lines af the same
railroad company, separate coverage may be required, each in the amount stated above.
c�TY ox �o�r woRTx
� STANDAKD CONSTKUCTION SPECIFICATION DOCUM�IVTS
� Revised March 9, 2020
I
oa �3 00
SUPPLEMENTARY CONDITIONS
Page 4 of S
2. Where more than o�e railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on tt►eir own separate rights-of-way, the Contractor
____ ma r�be rec�uired to pro�ide separate insurance policies in the name of each railroad campany.
3. If, in addition to a grade separation or an at-grade crossing, other work or acti�ity is proposed on a
railroad company's right-of-way at a locatian entirely separate from the grade separation ar at-
grade crossing, insurance coverage for this wark mnst be included in the policy covering the grade
separation.
4. If na grade separation is in�ol�ed b�rt other work is prapased on a railroad company's right-of-
way, all such ather work may be covered in a single policy for that railroad, even though the work
znay be at two or mare separate locations.
No work or activities an a railroad company's property to be performed by the Contractor shaIl be
coznmenced until the Contracior has furnished the City with an origina3 policy or policies of the insurance
for each railraad company named, as required above. A�1 such insurar�ce must ba approved by flie City and
each affected Raifroad Company prior to the Contractor's beginning work.
The insurance specified above must be carried �ntil all Work to be performed on the railroad right-of way
has been completed and the grade crossing, if any, is no long�r used by the Confsactor. In addition,
insuranee must be carried during all maintenance andlor repair work performed in the railroad right-of way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad eampany operating over tracks involved in the Project.
SC-6.04., "Project Schedule"
Praject schedule shall be tier : for the project.
SC-6.07., °°Wage Rates"
The following is the prevailing wage rate table(s} applicabie to this project and is provided in the
Appendixes:
"" f!(sa..��.�L ,.�f fGLi.\GilUNfI.GJ.I\%1VlAIl.GJL '-'Li.JLl;-
... n%20F1ocuments/Specifrcatiorrs/Div%2000-
- ---- --- -- - - - ----------- v.��•�.�.�Au-„-:.-.,�,t..lo/�nvr,roeni_ r1I}..:..o!7f!'�:.I.r� -
A copy of the table is also a�ailable by accessing th� City's website at:
https://a�ns.fortworthtexas.�ov/P roi ectR�soa rces/
You can access the file by following the directory path:
02-Construction Documents/�pecifications/Di�00 — GeneraI Conditions
SC-6.49., i°Permits and Utilities"
SC-6.09A., ��Contractor abtained permits and licanses"
The following are l�nown permits and/ar licenses required by the Contract to be acquired by the Contractor:
SC-5.095. °LCity obtained permits and licenses"
The following are known per�nfts and/ar licenses requixed by the Contract to be acqurred by the City:
SC-b.04C. ��Outstanriing permits and licenses"
CITY OF FOIiT WORTH
STAATDARD COIdSTRTJC"i'lON SPECIFICATIOA' DOCUMENTS
Revised N[arch 9, 2020
i
Op 73 a0
SUPPLEMENTARY CONDITIONS
Page S of5
The following is a list of known outstandir�g permits and/or licenses to be acquired, if any as af
Ou#standing Permits and/or Licenses to Be Acquired
�WN�R PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
r�O. �
a
SC-7.02., L°Coordination"
�
�
= The individuals or entities listed below have contracts with the City for the perfozmnaace of other work at
the Sita:
Vendor Sco e of Worl� Coordinaiion Authorit
d
i
�
r
�
i
�
a
�
�
�
F
�
SC-8.OI, °°Communications to Contractor"
„. -
SG9.Ol., "City's Project Manager"
The City's Project Manager for this Contract is ..-- a�.'
his/her successor pursuant to written noti�cation from the Director of
SC-13.03C., "Tests and Inspections"
SG1S.Q1C.1, "Methods and Procedures"
.. F,. .. ._.�:.. � • , or
� .., F i 7.
END OF SECTION
_�
t
f
�
,
�
�
r
Re�ision Log
DATE NAME SUMMARY OF CHANGE
112 2120 1 6 F. Griffin SC-9.01., "City's Project Representafive' wording changed to Cify's Project
Manager.
3/9/2020 D.V. Magana SC-6.07, Updated tF�e link such that files can be accessed via #he Ciiy's
website.
CITY OF FORT WO1tTH
STANDARD COi�TSTRUCTIQN SPECIFICATION DOCUMENTS
Revised March 9, 2020
�
_ � '�
�
CITY OF FORT WORT�i
�
�
�
APPENDIX
� GC-4.01 Availability of Lands
� NONE
C
S
GC-4.02 Subsurface and Physical Conditions
� NONE
GC-4.04 Underground �'acilities
� NONE
� GG4.06 Hazaxdous Environmental Candition at Site
- NONE
� GC-6.06.D Minority and Women Owned Business Enterprise Compliance
� Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith
;
Effort Form, and Joint Ventare Eligib'rliYy Farm
� GC-6.Q7 Wage Rates
� 2013 PREVAILING WAGE RATES {Heavy and Highway Constr�cfion Pro,jects)
GC-6.09 Permits and Utilities
� NONE
�
GC-6.24 Nondiscrimination
E NONE
GR-pi 60 00 Product Requirements
yk
i
� NONE �
i
i
t
�
I
C[TY OFFOKT WORTH 1 --.---...... _._ _.... ....-. . _ _ .
STANDARD CONSTRUCTION SPECIFiCATIpN DOCUMENTS
Revised July 1, 2011
_ f
�
�
'�
CITY OF FORT WORTII _....._ :� _.... -
.. __,
�C�6v�6e]� I��i�n��r�� arn� VV��e� O��e�l �ws��ess
E��e��r�se �omi.pRia�ce
��IIS PAGE L��`I' l�l�f'1C�11�T'�'��I�A,�]LY �LA�T][�
CIT'Y OF FORT WORTH l
STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS
Rer+ised Iuly l, 2011
�
�
�
CTl'Y OF FORT W�RTH
���� �����
� �it� of �o�t �lorth
. I�iinority �u�ine�s �nte�prise �pecificagions
SP��I�►L IIV�T�UCTIONS FOL�3 OF���O��
A���ICAifOi� OF �O�ICY
If the total dollar �ralue of ihe onntrao� is �50,000 or r�ore, lhen a M9� s�bcontracti�g gaaf €� a lie�bi�.
�OLICY SiAi�ii���li
[t is the policy of the City of Fort Worth to ensure the full and equitable participation by Minoriiy 8usiness Enierprises
(MBE) in the procurement of afl goods and services. Afl requirements and regulations stated in the Ci#y's current
Business Diversity Enterprise Ordinar�ce applies io this bid.
��� P�tAJ�Ci GOA�S
The City's MBE goal on this project is 1_6
°k pf ihe base bid �alue of the contract.
Note: If both AABE and SBE subcantrac�ng goals are estabiished far this project, #hen an Offeror rnust submit hoth a
AIIBE iJtilization Form and a SBE Utilization For�n to be deemed responsive,
CONi��IA�lC� �O �l� SP�CI�ICA�'IOPdS
On City contracts $50,D00 or mare where a MBE subcontracting goal is appliad, OfFerors are required fo comply with
the int�nt of the City's Business Di�ersity Enterprise Ordinance by one af ihe folfowing:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the ahove stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Prime Waiver dOcumentation.
SU��iI i i�,L O� R�QUIR�D DOCUY�EMT�iIOi�
The applicabte documents m�st be received by fhe Purchasing Division, within the following times allocated, in order
fort#�e entire bid io be considered responsi�e to the specifications. -�+.a} ;�ie:r�.�:� ��s��l ri�:l��:r� ;��=� k'Ea{- �iucum�r�skF�„= ���
{,5=f`�..II li} td:,= �il���i•��lil:?�t� �:�P��'1i��4't._ :�I ;I�C: fllJftir�,�:�.t, .i���=,����� �Ili� rJJ}jalfl =9 .��ei��alfflc f�_f_1=�ia�. -3U;:I'I IcC�F�: S�'13�� L�
:��..�r���t.-e: in-' 1h{; 1=1t'� 'v�f.l�1��:� i�! _� l�17t4 .Ivflit3f7un �I'I !r�� ",ir-lc u��Ul,.litl'� l f37{�� dll{��{JT CFfIaIICI� GO{}]� 4Y1�� J'Ip� t}#
dC�L'�]iEL�.
1. 5uhcontractor Utiiization Form, if goal is recei�ed no later than 2:00 p.m., on the second City business day
met or exceeded: affer the bid opening date, exclusi�e of fhe bid openin dafe.
�. Gaod Faith EfFor� and Suhcontractor received no later fhan 2:00 p.m., on the second City business day
Utilization Form, if participation�is less ihan after the bid opening date, exclusive of tf�e bid opening date.
stated oal:
3. Good Faifh Effort and Subcontractor received no later than 2:00 p.m., on the second City business clay
Utilization Form, if no MBE artici ation: after the bid opening daie, exclusive of the bid o enin date.
4. Prime Contractor Waiver Form, if you wil! received no later ihan 2:00 p.m., on the second Ciiy business day
perForm afl subcontractinglsup lier work: after the bid opening date, exclusive of the bid openin date.
6. Joint Venture Form, if goal is mef or recei�ed no later than 2:00 p.m., on the second Cify business day
exceeded: after the bid openin date, exclusi�e af fhe bid opening date.
��d�l.i.11�� t� Cp1i11�LY MfV17M iF-EE G�TY"� �L�Si�ESS a�V�RSiTY E�VTE#��RIS� �F�[7i�l,�i�l�£. 1NI�L RES�kJLT IN
��i� E31b SEkAEfi �O�,f�1DE.R�� N0��1=R��POi���I+E T� SR�CIF�CATCON�.
FAI�UF�� '�O SEJ9MiT Tk�IE R�QUIR�!] Nl�� I?��RJivS�#+17�1`IOn! V,�EI.I. R��l�L7 fh� T1-I� B�d B�I::� �Of�f��D�RED
iv�i��RE5P0�`J81V�, A S�COl�1� �A��UR� WI�� R�SUL7 k�l 'f�� O���i20�t B�I�tlC Du�QUALIFi�C� FOR A
p�F�l�� C,� ���'lEAI�. 7Hft�E FA3LURES �N A FIVE YEAR �Ei�lO{7 V4'ILL R��ULT IN A���GIUALI�I��A�iQh!
R�I�IOD O� Ttif��� YEARS.
Any questions, please contact the MIWBE Office at (81�) 21�-�674.
I
- � Rev. 2/10/15
�
'r
CiTY OF FORT WORTH
A�'7ACH�'I�NT 1C
Page 1 of 4
I
�'���t' �"6��1�'�'�
�-��-�.,r City of �opi Vllo�th
Y�lino�ity �usines� �n�erprise
— �- E��o�� Fv�rm _.
OFFEROR COMPANY NAME: Check appllcable block fo describe
Offeror
PROJECT NAME: IDBE _�E
Pedes�rian Sideuvalk Im rovemen�s IViifler �ve. ���pATE
p October �, 2020
City's MBE ProJect Goal: Offeror's MBE Praject Commitment: PROJECT NUMBER
16 0�0 oio '100637
!F t#�e Offeror did noS rneet or exce�d th�e h�}B� ��lbeontracting a��af i�r this projoct, tho Oi'#eror rnust comp��to this
fa rm.
If the Offeror's method of compliance with #he M'UIk�E goal is based upon demanstration of a
"good faith effort", the OfFeroP will ha�e the buPden of coerectly and accurately pPepaeing and
submifting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good �aith �tfort Pequirement absent proof of fraud, intentionaf andlor knowing
misrepresentation of the facts or intentional discrimination by the Offe�or.
Failure fo cwmpi+ete tt�is farm, irr its ent{rei+� with s�pport�ng ����tme��at�on, an� reee�ved �y th��
F'�ir�F�asin� Divisian na Jater t}�an �:�� �,m. an the se�ond Cfiy business day after bic! a#�nfr�g, exalussve
�f bi� npentng date, �.��i result tn the b3� being �orosfdered ��on=r+���otrsive ta ��d speciFc�t;on$.
1.) Please list each and every subcontracting andlor supplier opportunity for the completion of tF�is
projec#, regaedless of whether it is ta be pror►icled by a�BE or non-AiIBE. fD0 NOT LIST iVAMES OF
FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tieP.
{Use addifional sheets, if necessary)
List of Subcantracting �pportunities List of Supptier Opportunities
Rev. 2110I15
ATTACHME�lT iC
Page 2 of 4
�.) Ohtain a current {not more than two {�} tnonths old from the bid open date} list of 941BE subcontractors
andlor suppliers from the City's �PIlWBE OfFice.
Yac Date nf List�p� . . �. _I
ido
3.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas pre�iously listed,
at least ten calendar days prior ta bid opening by mail, exclusi�e of the day t�e bids are opened?
Yes (If yes, a#tach MBE mail listing ta include name of firm and address and a dated copy of letfer mai[ed.)
id4
4.) Did you solicit bids from RfiB� firms, within the 5ubcontracting andlor supplier areas pre�iously listed,
at IeasE ten cafendaP days prior #o bid epaning by telephone, exclusi�e of the day the bids are
opened?
Y�s (If yes, atfach lisk to include name of MBE firm, ep rson contacted, phone numherand date and time of contact.)
No
5.} Did you soiicit bids from iVIBE firms, within the subcon�racti�g andlor supp[ier areas pre�iously listed,
a# least ten calendar days prior to hid openi�g hy facsimile (fax), exclusi�e of the day the bids are
opened?
Y@5 (If yes, attach list to lnclude name of MBE firm, fax numher and date and tirr�e of contact. In addition, if the fax is
returned as undeliverable, then that "undeliverabfe confirmation" received must be prinfed directiy from the
facsimile for proper documentafion. Failure to submit con#irmakion andlor "undeli�erable confirmafion"
docurnentation may render the GFE non-responsive.)
MO
6.) Did you solicit bids from iUl6� firms, within the subcontractsng andlor supplier areas pre�iousiy listed,
at least ten calendar days prior to hid opening by email, exclusirre of the day the bids are opened?
Yes (If yes, atfach email confirmation ko include name of MBE, firm, date and time. In addition, if an email is returned
as undeli�erab[e, then that "undeli�erable message" receipt musf be printed directly from the ernail system for
proper docurnentation. Failure to submit confirmation andlor "undeliverable message" documentation may
render the GFE non- responsive.)
No
�FOi�: 7Fre #our metho�s �cienti�ecf above are a�cepEable for snlYcftfng bFds, a�d c+��h so1�CGe� m�#ho�i
mEist be applfe€I tc� ihe applfcable �r�ntrac#. The Of#er�r mus# d���mar�k that �+ithvr at I�a�t �n+o attampt -
we� made usin� two of th� fiour m�ki�nds nr tI��E �! laas# vn� suc��es�.�e,l �o�,Cact was madc� us,ng on� oi
the fo�r methnds i�� a�d�r lo b� ct�reen��l res�lonsive #� #h� �u�d Faith �#fort r��uir�m�nt,
N�T�: �'ha �fferar m��ak corskact the entire NI�� list specific ta eaclx s�bc�n�tra�ting antk SupplEer
�p�sartunity to b� En co�p€iance +,�ith q�estRar�s 3 Ehrougl� 5.
�.) Did yau pro�ide plans and specifications to potential NiB�s?
Yes
Pdo
8.j Did you pra�ide the infarmation regarding the location of plans and specifications in order to assist
the MBEs?
Yes
Na
Re�. 2110l7 5
A7iACHYiAENT 1C
Page 3 of 4
9.) Did you prepare a quotation for the NiBEs �o bid on goodslservices specific to their skil! set?
YBS (If yes, attach all capies of quotations.)
nI0
7{�j- Was �he-conQact infiorma�ion on-any-ofi �h�lis�ingsr�o�alich?
Ye5 (If yes, attach the informatior� fhat was not valid in order for fhe MIWB� Office to address the corrections
needed.)
i�i0
11.)5ubmit docum�ntation if IV[BE quotes were rejected. The dacumentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the AFrBE was rejected and any suppoeting
documentation the Offeror wishes to be considered by the City. I� the event af a bona fide dispute
concerning quotes, the Offeror wilf provide for confidential in-camera access to an inspection of any
refevant documentation by City personnel.
Please use additional sheets, if necessa , and aftach.
Com an f�ame Tele hon� Contact Person Sco e of WoPbc Reason faP Re'ection
ADDI710NAL I�IFORIUiA'CION:
Please provide adclitional information you feel will further explain your good and honest efforts to obtain
�F1BE participation on this project.
ihe �fifiefor fiurther agrees io prod�de, direcily �o ihe Ciiy upon request, complete and
accurate information regarding actual �►ork performed on ihis contract, the payment
thereof and any proposed changes to the original arrangemer�ts subrr�iited �viih this bid.
ihe AfiFe�or also ag�ees to allow an audi� andlor examinaiion o� an� books, reco�ds and
files held by their company ihat �rill substantiate ihe acival worLk pe�ormed on ihis
contract, by an au�ho�ix�ed officee or employee of the �ity.
� �►ny intentionaf andlor knowing misrepresentation of �ac�s will be grounds for
fermina�ing the contract or debarment from City work for a period ofi no� less �han three
; (3) years and for inigiating action under �ederal, Sqa�e or Local laws concerning false
� statements. Any faifure to comply w►ifh this ardinance shall creage a ma4erial hreach of
con�raci ar�d may result in a determination ofi an irresponsible O�feror and debarmen�
� f�om participating in Giiy dvork fior a period of time not less than one (1) yea�.
'
Rev. 2I1dl15
ATTACHiVI�MT 1C
Page 4 af 4
�he undersigned certifies tha� the in�armation pro�ided and the IlA��{s) listed ►rdaslvb►ere
corttacted in good faiih, It is understood that any YY4�II��(s) listed in Aitachmen� 1C will be
corttacted and ihe reasons far no� using �t�em will be �ePified by the City's I�Ilb6fB�
— Office.-----
Authorized Signature Printed Signature
Title
Company Name
Address
CitylStatelZip
Contact Name and Title (if different}
Phone Number Fax Number
Email Address
Da#e
Re�. 2I10115
ATTACHMENT�A
F'age 1 of 4
���� H Ci�y of �o�t �orih
Y�iiinority �u�iness �nterpei�e
iili�� �ubcontractorsl�u�plie�� Utili�ation �orm
pFFERpR COMPAHY NANEE: Cf�eck applicabfe block to describe
Offeror
PROdECT NAME: �°I�E „ "r
�edesfrian Sidewalk Improvemenis IViiller �ve. October 1, Zd��DATE
City's IWB� Project Goal: Qfferor's MB� Project Commitment: PRDJECT NUMBER
16 �io p�o 100637
Iden�i�y all subcon�iP�ctor�l�uppiiers you will use on thi� project
Faa�ure to c€�mp�ete this �orm, in its �n�irety wi�h r����st�c� d��ur��n�atior�, �nd ��r,��ve�! �y t�� Pur�hasing
Di+�is3on �v I�#�r �h�n �;D� p.m, �r� th� secor�d �ity busi��ss day aff�r �id op�ning. ex�lusive of ��d oponir�g dat�,
wil[ resulf ir7 fh� i�ici beir�� ��nsider�r� n�n-r�panstve t� �i�! sp�ci�cat�ons.
�he ur�dc����grteci Offer#r �grees t� ��#�� int� ���rma� ��r��n1�n� with #�e Nl�� 1�rfn�s) lisk�d ir� #his u�i��zat���
sci�ecE�le. corxfiti�€�e� upon ex�cu#i��i af a c�rrt�scr v�r�lh �ho �ity �� ��r� �lVo�tl�_ �'#�c ��t�r��€cnal an�E�or knovarin�
r�t�sr��res�nt��ivn of fa�fis i� ge�unds for cvr�si�eratiar� o# disquafif€catian and will f�suC� in the #�id b�i�r�
GOI�SItl��d 11Qr1-F�S�Or3Slt+� tU ��d S�eCI�i��Ci�nS_
MBEs iisted towaPd meeting #he project goal musi be lacated in the six (6) county mar�cetplace at the time of
bid or the business has a Significant Business Presence in #he riflarketplace. Marketplace is the geographic
area af Tarrant. Daflas. Denton, Johnson, Parker, and Vllise couniies.
Prlrrr� c��tfac#vrs m��s# iden#i�y by #ier leveC �f �II su�contrac�arslsu��liers. Tie�; means �#�e �e�vel ��
st��co�trac�irr� #�eR�w l�e prim� cor��ra�C�rlcc�r�sE�ll�nt i_�_ ��i��t �ayrn�nt fr�m kf��* �ram� ��r�#fa►.�vf #o a
s��co�tra�tar is c�n�i�e��d 1`` �ier, � paJrment b�r a subcoe�tractar t� its s4ippli�r is cons��ered �'�'ti�r_ 1i�re prirr�e
cantra�ctor is r�s��nsi�i� E� p���ide pran� �# p�ym�nt of a�l tiered sub�antr�ctors ide�ntiF�ed �� � MBE axd
�c�xerting fhos� daala�s tow�r�s rr���ling ll1� �ontr�,c� cornmilt�r� yo�l_
.�L� �i�Es MUS7 B� C��il�l�i? B��OR� CON i R�C i�Vd1�RD.
Certification means those firms, located within the Marke#place, that ha�e been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certificatian Agency (NCTRCA) or pther certifying agencies that
the City may deem appropriate and accepted by the City of Fort Worth.
rI�F h��ling servi�es �re ut�iixed. #i�� C?f��ror w�Rl #�e giv�n cre+�ft as Ior�� as ##�� �l+1BF 3is#�d aw�s arrd
4�7���E�S �� EL�Sr Lr1L F�i�y IiC�l�9�d �r5d p��f8#a�rlal #f��k �p b� u5�{� 4r1 �I�� GOfl���C�. ��e Fu;[�� Tnay I��se
trucks fr�m ano##��� ME}� frm, i�ncl���n� �k+1�F �v�r�e�-o�e�a#ed, and rece�ve fulC fViBE cre�i#, T�e fV�BE rr�ay
Icase kr�rc#cs f�om nan-ME3�s, �r��fu��ng own��-��erated. b��t wi1C onl�+ receiv� cee�ik t�r ��� f8�s and
comrr�issi�r�s eam�� by t�ne f�SB� as o�.�tf;nsd irr th� ��as� �pr��rr���t,
Rev. 2110115
I'�)�{ r �V��R�CH ATTAGHMENT 'EA
—`�Y Page 2 nf �4
Offerors are required to identify ALL subcontractors/suppliers, regardless o# status; i.e., �Glnarli�r an� non•M��� MBE firms are fo be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an M6E goal.
-- - - _
PECTRCA �
S,�l BCONTRACT9RC��PP..�.I�R. . °
Company Name T " Detail Qetaii
Address i Subcontracting Supplies
M w Dollar Amount
TelephonelFax ' � B � Work Purchased
Email E E
Cantact Person �
� �
� �
� �
� �
� �
� �
Re�. 21'[ OI15
i
�
�n�T� ATTACHMENT1A
Page 3 of 4
�
" Offerors are required to identify ALL subcon#ractorslsuppliers, regardless of status; i.e., f��noYily t�nd non-[4�4B�s MBE firms are to be
lisfed first, use adcEitional sheets if necessary. Pfeas� note that anly certifed MBEs will be counted to meet an MBE goal.
;f
r TICTRCA �
' $IJBCONTRACT�RISl1PPLIE 4
Company Name T �' Detail Detail
Address i Subcontracting Supplies
� TelephonelFax e g B g Work Purchased Doilar Amount
' Emaif
Co�tact Person � � I �
a
� _ ___
� ❑ ❑
I•
�
�
I�I
0
J
❑
❑
u
❑
Ftev. 2I10115
�ot��rV4'��rH
—�r�
Total Dollar Amount of Y1Fi�� Subcor�tractorslSuppliers
Total Dollar Amount of Pdon-N��E 5ubcontractorslSuppliers
C�
�
�O�A� �O�LAR A�liOUNi O� AL� SU�CO�diF2ACTQ4�5ISlJ���I��S � �
ATTACHM�Ni1A
Page 4 of 4
Tf�� Offef4r wilf n�t rnake addi�io�,a, ��l�t�or�s, or sub���tutis�ns t� #i�is �ertifi�c# liat w€tt��ut #h� prRcre appr�ua[ ofi tk�e
N1F�rorily anci WoRt��r� ��s�n�ss �rxl�r�ris� O�fice ��r���l� Ef�� s�br��ilt�l af ��equ�sl for A�provaf �f
�hang�fAddit�ar� forrr�. Any �an�u��ified chanc�e of cfelet�nn shall be a n�����i�€ k�r�acE� af cor�tracE ar�d �ay �e�u�t
in d�E��rrrM�ni ira a���rd wiil� t�� }�ro��Ct4�r�� o�tlin��i Ir� kh� 4rdin�r�ce, The O�er�sr sh�f� s+�hmit a�eta3le+�
�xp�anation �� h�w t�ie r���este� ch�e��e�addition �r d����ion will �f#c�rc! !�c camrr�il#e:d M�� goaE, If lfn� c��tail
ex��an�#i�n €� �vt s�R�s�it#�d. it will a�F�ct th� final c�rnplian�� c€e�err�rir�axion,
By affixing a signature to this farrn, the Offeror further agrees to pro�ide, directly to the City upon request,
corr-Eplete and accurate inforrrtation regarding actual work performed by all subcontrac�ors, induding MBE(s) a�d
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicabl� subcontractors/suppliers participating on the contract #hat
will subs#antiate the actual work performed I�y the MBE(s) on this contract, by an authorized officer o� emplayee
of the City. Any intentional and/ar knowing misrepresentation of facts will be grounds for terminating the contract
ar debarment from City work for a period of not fess than three (3) years and for initiating action under Federal,
Sta#e or Local laws concerning false statements. Any failure to compfy with this ordinance creates a material
breach of the contrac� and may result in a determination of an irresponsible Offeror ar�d debarment from
participating in City work for a period of iime not less than one (1) year.
Authorized Signature
Title
Company Name
Address
CitylStatelZip
Printed 5ignature
Contact NamelFitle {if different]
Telepf�one andlor Fax
E-mail Address
Date
Rev. 2110115
�
�
y ���� �����
CITY OF FORT WORTH
� Ii�SE Joint Venture Eligibili�v Form
� — �91Lquestions mustbe.answered;-use "N/A'-'ifnot applicabde.-
� Narne a� Cxty pxojeet: Pedestrian Sidewalk fmprovemenls MiflerRve. •
A joint venture form must be aompleted on each projecf
RFP/Bid/Purchasing Number: _
�
�
I
�
�
�
�
t
;
L Joint venture information:
Joi�f Venture
Page 1 of 3
Joint Venture Name:
Joint Venture Address:
(If applica6leJ
Telephone: Facsimile; E-mail address:
Ce�lu�ar;
Identify the firtns that comprise the joint veniure:
Please attach extra sheets if additional space is required to pmvide detailed explanations of work to be performed by each firm comprising the
oint venture
MSE firm Nan-MBE 6rm
name: name:
Business Address: Business Address:
Ciiy, Staie, Zip: City, State, Zip:
Telephone Facsimi[e E-mail Telephone Facsimile
Cellular CcUular
Cer6fication Status: E-mail address
Name of Certifying Agency:
�. Sco e af vvork erfo�erned b the J�oint Venture: � � �
Describe the sco e of work o#'the MB�: Describe the sco e of worl� of the non-MSE:
� Rev. 2114115
Joint Venture
Page 2 of 3
3. What is the percen#age of MBE particxpation on this jaint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List coEnponents of p�wnersh�p o� joint venture: (Do not complete if this• infarmadion is descri8ed in jainf venhere agreement)
Profit and loss sharing:
Capital con4ributions, including
equipment;
Other applicable ownership intcrests:
6. Identify by name, race, seg and firm those individuals (vsrith titles) who are responsible for the day-to-day
management and decision making of the jnint �enture:
�'inancial decisions
(ta include Account Payab3e and Rcocivablc):
Management decisions:
a. Estimating
-------------------------- ----------------------------------
b. Marketing and Sales
---------------------------------- --------------------------
c. Hiring and Firing of manageatxent
persannel
------------------------------------------------------------
d. Purchasing ofmajar equipment
anci/Qr supplies .
5upetvision of field operations
The City's Minority and Women Business Enterprise Office wil[ re�iew your joint �enture submission and
will ha�� final appro�al of the MBE percentage applied toward the gaa[ for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the indi�idually defined scapes of work or
the dollar amounts/percentages change from the originally appro�ed information, then the participants must
infarm the City's M/W�� �ffice immediately for appro�al. Any unjustified change or deletion shall be a
material breach of coniract and may result in debarment in accard with the procedures aut{ined in the City's
BDE Qrdinance.
Re�. 2/10/15
i
r
t
,
�
�
r
;
�
�
2
�
�
�
�
.
,
!
�
�
�`
�
f
�
1
�
Joint Venture
Paae 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and inc�ude all material information
necessary io identify and explain the terms and operation of the joint vent�u-e. Furtherrnore, the undersigz�ed shall
agree to provide to the joint venttixre the stated scope of �+ork, decision-malring responsibilities and payrnents
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide reyuested information wiil�in the time speciiied is grounds
for terminatian af the eligibility prac�ss.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized repzesentatives of the City af Foz�t Worth. Failure ta comply witn tl3is
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eIigibiliry and may initiate action under Federal, Staie and/or Local laws/ordinances cor�cerning false
statements or willful misrepresentation af facts.
-------------------------------------_.�..,... _..._._....._-------------._._�-__
lVame ofM$E firm Namc o£non-MBE fnn
Printed Name of Owaer
Signature of Owner
Printed Name of Qwner
Signature pf pwner
Tit1e
Date
State of
On this
Printed Name of Owner
Signa[ure of Owner
Printcd Tlamc of Owncr
Signature af Owner
Titic
Datc
NOtRY1Z�i1011
County of
day of - , 24 , before me appeared
and
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
� Notary Public
; Signature
Cominission Expir�s _
_ �
�
I
t
{seal)
Rev. 2110115
�
��
CITY OF FORT WORT�I
_re, ..�,_--------=-
�� 3F� `� �'�� l�T �
�I��/ O� �Oi�i �i0i$i1
�Vlinority �usiness �nteP��i�e �pe�ifie�tions
��ime Cont��ct�P Vll�iver �o�m
ATTACHMEN�1B
Page 1 of 1
OFFEROR COMPAMY PIAME: Check applicable block to describe prime
PROJECT NAIVEE: ..uvc�uEs: ; �s7fv-i�i� : =��unE
�edestrian Side�vafk Im rovements �/liller Ave. �'°°A'�
p October 1, 2020
City's M8E Project Goal: Offeror's INBE Project Commitment: PROJ�CT NUNEB�R
� s o�o o�0 100637
ff both answers to this form are YES, do nQt complete AT�FACHMENT 1 C(Good F'aith Effort Form). All questions on
this form must be completed and a detailed explanation pro�ided, if applicable. If the answer to either question is
iVO, then you must compiete ATTACHMENT 1 C. 7his form is only applicable if � answers are yes.
Fail�r� tn COmplete thls fp�m fn it� ��tirety rtir�d �� re��lv�d by t#�p P�r�hasir�� Divisi��� �to ��ter that�_2:OQ
p.ff�.k 417 #��3 3�C��1{I ��#Y I}4a�tfk6S6 �ay ���f �]i[$ Up�{1if1f}, ax�l��si�+o uf t�te ixid op+�ni�tg date, wiEl �`esu�� irs
the bi�i beit�� consid��ed non-responsiu� to hid s�eeifi�a#iae�s.
1Nilf you perform this enti�e contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this ��
project, this is your narmal business practice and provide an operational profile of your business.
�Ilill you perfnrm this entire confract without s�ppliers? YES
If yes, please pro�ide a detailed explanation that proves based on the size and scope of this
project, ihis is your normal business practice and provide an in�entory profile of your business. �!O
The Offeror further agrees to pravide, directly to the City upon request, comple#e and accurate information
regarding actual work perFormed by all subcontractors, including MBE(s) on t#�is contrac#, the payment thereof and
any proposed changes to the original MBE(s) arrangements submitted wiih this bid. The OfFeror also agrees to
allow an audit andlar examination of any books, records ancf files held by their company that will substantiate the
actual work perfiormed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terrrtinating the contract or debarment
frorn City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creaies a material breach of contract
and may resuEt in a determination of an irresponsible Offeror and barred from participating in City work for a
periad of time not less than one (1) year.
Au#horized 5ignalure
Title
Campany Name
Address
CitylStatelZip
Printed Signature
Contact Name (if different)
Phone Number Fax Number
Email Address
Date
Rev. 2I10175
�1_
CiTY O�' FORT WOIZTH
i
�
�
����e0% �a�� ����5
�
�
� �[']EIIS ]�1��]E �E]�� Il�I�'El�T7C��liTALL� ]��LAIlT][�
�
�
0
�
�
�
�
�
�
�
C1TY OF FORT WORTH �
!STANDARD CQNSTRUCTION SPECIFICATIOM DOCi]MEMTS __ _ .. _ _ _ __ .
, Revised 7uly 1, 2011
,
t
I
�
�C�
�
�
-�.
CI'f'Y OF �'ORT WOATtI
���,� _ -ar",='�_ ... _ _. _ _ _ __.
i
J
2013 PREVAILIiVG WAGE RATES
(Neavy and Highway Construction Projects)
CiASSIFICATIOFV DESCRIPTION
Asphalt aistributor Operator
Asphalt Paving Machine Operator
Asphal4 Raker
Broom or 5weeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine pperator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Qperator, Lattice Boom Over SOTons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Operator, Over 50,OOD pounds
Flagger
Form Builder/Set:ter, Structures
Form Setter, Paving & Curb
Foundation Dril� Operator, Crawler Mounted
Foundation Drill Qperator, Truck Mounted
Front End Loader Operator, 3 CY ar Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhae Operator
Mechanic
Milling Machine Operator
Motor Grader qperator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
5ervicer
Small Slipform Machiroe Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck DriverTransit-i1�ix
Truck Dri�er, 5ingle Axle
Trucic Driver, 5ingle or Tandem Axle Dump Trucfc
Truck Driver, Tandem Axle Tractor with 5emi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
1�.fi9
11J4
14.12
�.6.05
10.. A8
18.12
17.27
20.52
14.07
19.80
17.19
16.99
�.0.06
13.$4
13.16
17.99
21.07
�.3.69
14.72
10.72
12.32
15.18
17.68
14.32
17.19
16.D2
12.25
13.63
13.Z4
11.01
16.18
13.OS
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.6$
The Davis-Bacon Act prevai�ing wage ra#es shown for Heavy and Highway construction projects were determined by
the United States Department of Lahor and current as of September 2013. The ti#les ancE descriptipns far the
classificatians listed are detailed in the AGC of Texas' Standard Jab Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
� -
�
�
��
�
,,;
_�
CTTY OF FORT WORTH
�-'°f- `.'="--�-------
�
i
�
F
I
�
�
�
�
�
�
�
!
�
�
�
�
1
�
�4
�
2013 PREVAILiNG WAGE RATES
(Commercial Construction Projects)
CLAS5IFICATION DESCRIPTION
AC Mechanic Helper
AcousticaE Ceiling Installer
Acoustical Ceiling Installer Helper
Bricklayer/5tone Mason
8ricklayer/Stone Mason 7rainee
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Concrete Cutter/5awer Helper
Cancrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Concrete Form Builder Helper
Drywafi Mechanic
Drywall Helper
Rrywall Taper
Drywall Taper Hefper
Electrician {Journeyman)
Electrician Apprentice (Helper)
Electronic TechniCian
Floor Layer
Floar Layer Helper
Glazier
Glazier Hefper
Insulator
lnsulator Helper
Laborer Common
Laborer Skiiled
Lat�er
.Metal Building Asser�bler
Metal Building Assembler Helper
Metal Installer {Miscellaneous)
Metal Installer Helper {Miscellaneous)
Meta! Stud Framer
Metal 5tud Framer Helper
Painter
Painter Melper
Pipefitter
Pipefitter lielper
Plasterer
Plasterer Nelper
Plumber
Plumber Helper
Reinforcing Steel Setter
Page 1 of 2
Wage Rate
Y
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
13.67
16.83
12.70
19.45
1331
10.91
17.75
14.32
17.00
11.00
15.77
11.00
15.27
11.00
15.36
12.54
15. DO
11.50
19.63
15.64
20.00
18.00
10.00
21.03
7.2.81
16.59
1Z.21
10.89
7.4.15
12.94
16.D0
12.00
13.00
11.00
16.12
12.54
16.44
9.98
21.22
15.39
16.17
12.85
21.98
15.85
12.$7
Reinforcing 5teel Setter Helper
Roofer
Roofer Helper
5heet Metal Worker
Sheet Metal Worker Helper
5prinkler System Installer
Sprinkler System Installer Helper
5teel Worker Structurai
Steel Worker5tructurai Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line 5hovel
Forklift
Foundation Drill Operatar
Front End Loader
Truck Driver
Welder
Welder Helper
S
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
11.08
16.90
11.15
16.35
13.11
19.17
14.7.5
17.Q0
13.74
15.00
18.50
19.31
16.45
22.50
� 6.97
16J7
19.96
13.Q0
The prevailing wage rates shown for Commercial canstruction projects were based on a salary suruey conducted
and published bythe Nprth i"exas Construction industry (Fall 2012} Independently compiled bythe Lane Gorman
Trubitt, PLLC Construction Group. The descriptions far the cfassifications listed are provided on the TEXO's (The
Construction Associatian) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
, CIiY OL� �ART VIIOF�TH
� �id �ocumenis L°ackage Folder Contents Ghecklist
�
Item Item INGI.UD�a NIA COMMENTS & INITIALS
No.
� 00 11 13_Invitation to Bidders.doc
00 41 00_fl0 43 13_00 42 43_00 43
2 37 00 45 12 00 35 13 Bid Proposal
Workbook.xls
3 00 45 11_Bidders
Pre ualifications.doc
� 00 45 13_Bidders Qualificafiion
A Iication.xls
00 45 26 Contractor Compliance
5 with Workers Compensation
Law.doc
Complete Specificaiions and
6 Contract Document in pdf form
(Referenced Speciiications in
Construction S ecifications Folder
� Complete Plan Set in pdf farm
� Link to dwf sheets in Final Drawings
Folder
9 Plan Holder Registration
�� Plan Holder List
In Pian Holc�ers Folder
11 This Document
1
.�.
Cl'FY OF PpRT WORTII
� __
1
I
�
�
,
�
�
�
Y
� _ ' r . . ' ; . , ' i_ ' i '
- � - � ' . . . �-��
�
�_,
�
k
�
:
�
�
�
5
;
�
�
f
CITY OF FORT WORTH
�
�
� ��
. �
'�
,�
C1TY QF FORT WQR"�'H
�.. _. .___._._w�,._.
�
�
� I
J
�
j 3 PART1- GENERAL
SECTION O1 11 00
S�RVI�!/I�rRY--OI'-V�OI�I� —
oi iioo-i
S[JNfMARY OF WORK
Page I oF3
j 4 I1 SUMMARY
� S A. Section Includes:
6 1. Summary of Wark to be performed in accordance with the Contract Documents
F
� 7 B. Deviations fram this City of Fort Worth Standard Specification
� 8 1. None.
9
10
11
� 12 1.2
,
22
23
24
25
26
27
28
13 A. Measurement and Payment
� 14 1. WQrk associated with this Item is considered subsidiary to the various items bid.
� 15 No separate payment wtll be allowed for this ltem.
16 1.3 REFERENCES �NOT USED]
� 17 1.4 ADMINISTRATIVE REQUIREMENTS
1s
19
20
21
i
I y
' ,�
�
�
�
,
I
f
F
�
�
i
29
30
3I
32
33
34
35
36
37
38
C. Relaied Specification Sections include, but are not necessarily Iimiied ta:
1. Div�sion d- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
PRICE AND PAYMENT PROCEDURES
A. Work Covered by Contract Dacuments
1. Work is to include furnishing all labor, materials, and equipment, and �erforming
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Wark
1. Any and all Work speciiically governed by documentary requirements for the
project, such as condiYions imposed by the Drar�vings or Cantract Documents in
which no specific item for bid has been provided for in the Froposaf and the item is
not a typical unit bid item included on the standard bid iiern list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be inciuded 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. Ass�une full responsibiIity 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 slaawn in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purpases may be stared in such space, but na rnore than is necessary to a�oid
delay in the construction operations.
CITY OF FORT WORTH
STANDAAD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Aecember 2Q 2012
e
oi ii oa-z
SUMMARY OP WORK
Page 2 of 3
1 b. Excavated a.nd waste materials shall be stored in such a way as not to intarfere
2 with the use of spaces that may be designated to be left free and unobstructed
� and_So_as not tQ ti]��J1L�C�11ien��.�lccunants Qf��a.cent ��L�-fT
4 c. If the s#reet is occupied by railroad tracks, the Work shall be carried on in s�ach
5 tnanner as nat to inierfere with the operation of the raiIroad.
b 1} All Work sha11 be in accardance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon pz'ivate property for any purpose without hauing previously
10 abtained permission from the owner of such property.
11 2. Da not stare equipment or material on private property unless an� until the
12 spec�fied approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
3. Unless specifically provided otherwise, clear all rights-of-way ar easements of
o6structions which must be removed to make possible proper prosecution of the
Wark as a part ofthe project constructioa aperatio�s.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
iawns, fences, culverts, curbing, and all ather types af structu:res or impro�vements,
to ail water, sewer, and gas lines, to a11 conduits, overhead pole lines, ar
appurtenances thereof, including fhe consfruction of temporary fences and ta all
other public or private proper�y adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or privaie
lands of interest in lands which might be affected by the Work.
a. Such natice shall be made at least 48 hours in advance of the beginning of the
Wark.
b. Notices shall be applicable to both public and private 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 Wark.
c. Be responsible for a11 damage or injury to property of any character resulting
from any act, amission, neglec#, or rnisconduct in the manner or methad or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and remaved during construction of the Project
to the original or a better than originat condition.
b. �rect terr�porary fencing ic� place o�the fencing renr�aved wheneve:r the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for alI fence work witt�in easements, including removal, temparary
closures and repIacemeni, shalI be subsidiary io the various items bid in the
project proposal, unless a bid item is specifically provided in the praposal.
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DdCUMEI�iTS
Ae�ised December 2Q 2d12
�
ti
:
�
�
N
;
�
�
r
�
�
�
�
�`
3
O11100-3
SIJMMAKY OF WOKK
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUSMITTALSIINFORMATIONAL SUBMITTALS �NOT USED�
3 1.'7 CLOS�4UT SUBMITTALS [NOT USED]
� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED] ,
6 I.la DELIVERY, STURAGE, AND HANDLING [NOT USED]
7 111 �IELD [SiTE] CONDITIONS [NOT USED]
8 1.1� WARRANTY [NOT USED]
9 PART 2- PRODUCTS �NOT US�D]
10 PART 3- EXECUT[ON [N4T USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
,
�
�� �
�
CITY OF FORT WORTH
+_ iv�. _ . .�dX.�'= _ .__ _ � __�,
�J
�
a
� 1
�
�
h
�
a
�
�
�
�
O
�
�
1
s
�
�
�
�
ti
i
� I II
�. . . . ��. .. .�
�1.,.1.�....�...J....L..�J y.l.,.. w,.�
3 PART1- GENERAL
4 1.1 SUMMARY
oi2soo-i
SUBSTITUTION FAOCEDURES
Page 1 of 4
5 A. Section Includes:
6 1. The procedure �ar requesting tl�e approval of substitution of a praduct that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
S defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
1l c. T�ade nart�e
12 d. Catalog number
13 2. Substiiutions are noi "or-equats".
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1— General Requirements
19 I.� PRICE AND PAYMENT PROCEDURES
20
21
22
23 1.3
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.
REFERENCES [NOT USED�
24 1.4 ADMINISTRATIVE REQUIREMENTS
25
26
27
28
29
�a
31
32
33
34
35
36
37
38
39
4a
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise}, the City wi11
consider formal requests from Contractor %r substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Speciiications by
means af references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method oFspecifying is �►sed, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds ai material may be acceptable substitutions
under the following conditions:
a. Or-equals are unauailable due to strike, discontinued production of products
meeting spectfied requirements, or other factors beyond control of Contractor;
ar,
CITX OF FORT WORTH
STANDARD CONSTRUCTION SP�CiFICATION DOCUMGNTS
Revised Ju[y 1, 2011
4F
V
ai Zsoa-2
SUBSTITUTIpN PAOCEDURES
Page 2 of4
b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Prflcedure far Requesting Substitutia�
5 1. Substitution shall be considered only:
5 a. Ai�er award of Contract
7 b. Under the conditions stated herein
8
9
10
11
12
13
14
15
16
17
18
19
2a
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
3S
36
37
38
34
40
41
42
43
44
45
4b
2. Submit 3 copies of each written request for substiiution, including:
a. Documentation
1) Complete data substantiati�ng cozx�pliance 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} Specification Section ar Drawing reference of originally specified
product, including discrete name or tag number assigned ta ariginal
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Dpcuments
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Campasition or materials of construction
c) Weight
d) Electricat or mechanical requirements
4) Product ex�erience
a) Location of �ast projects utilizing product
b) Name ancf telephane number of persans associated with refegenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request af City.
b) Samples become the property of the City.
c. For construction methods:
i) Detailed description of proposed method
2) Illustration drawings
C. Approvai or Rejection
1. Written approval or rejection of substitution gi�en by the Ci#y
2. City reserves the right ta require proposed product to connply with caloz� and pattern
of speciiied product if necessary to secure design inte�t.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be docum�nted by Change Order in accordance with the General Conditians.
CiTX OF FORT WORTH
STANDARD CONSTRUCTION 5PECTFTCATTON DOCUMENTS �_ _...: _...___
Revised July 1, 2011
t
�
012500-3
STJBS'I'ITUT'ION PROCEDUR�S
Page 3 of 4
f 1 4. Na additional cantraci time wiII be given for substitution.
� 2 5. Substitutian will be rejected if:
�- . ough-the Contractorwiti� i�is-stam�rc�f�pprovai
� � b. Request is not made in accardance with this Speci�cation Section
� 5 c. In the Ciry's opinion, acceptance will require substantial revision af the original
6 design
7 d. In the City's opinion, substitution witl not perform adequately the function
� 8 consistent with tt�e design intent
' 9 I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
F 10 1.'� CLOSEOUT SUBMITTALS [NOT USED]
f
' 11 l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
� 12 1.9 QUALITY ASSURANCE
' 13 A. In tr�aking reqnest for substitution or in using an approved product, the Contractor
14 represents that the Cantractor:
� t S 1. Has investigated proposed product, and has determined that it is adequate or
� 16 superior in all respects to that specifed, and that it will perform function for which
17 it is intended
� 18 2. Will provide same guarantee �ar substitute item as for product speciiied
19 3. Will coordinate installation of accepted substitution into Work, to include building
� 20 modifications if necessary, making such changes as may be required for Work to be
� 21 complete in all respects
� 22 4. Waives ail claims for additiottal costs related io substituiion which subsequently
23 ar�se
� 24 1.10 DELIVERY, STORAGE, AND HANDLING [N4T USED]
• 25 i.11 �'IELD [SITE] CONDITIONS [NOT USED]
26 1.12 WARRANTY [NOT USED]
E
�
i
�
27 PART 2- PRODUCTS [NOT USED�
28 PART 3- EXECUT[ON [NOT USED]
C 29 END OP SECTION
30
Revision Log
DATE NAl1� Si_TMMARY OF CHANGE
� 31
CITY OF FOKT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2D11
p�
1
oizsoa-a
SUBSTITUTION PROCEDURES
Page 4 of 4
1
2
�
4
5
b
7
8
9
10
11
EXHIBIT A
REQUE�T FOR SUSSTITUTION FORM:
TO:
PROJECT: DATE:
We har�by submit for your consideration the following product instead of the specifed item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
I2 Reason for Substitution:
13
I4
15
lb
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
46
47
48
�9
Include complete informa#ion on changes to Drawings and/or Specifications which proposed
substitution will rcquire for its prap�r installation.
Fill in Blanks BeIow:
A. Wi11 the undersigned contractor pay for changes to the building design, including engineering
and detailing cosis caused by the requested subsiiiution?
B. What effect does substitution haue on otl�er trades?
C. �ifferences between praposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal B�ttar (explain on attachrnent)
The undersigned states that the fiznction, appearance and quality are equivalent ar superior ta the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
Far Use by City:
Approved
City
Recommended - ____ Recommended
Not recommended Received late
By ^
Date
Remarks
Date
Rejected
CITY OF FORT WORTH
STAPII7ARD CONS'I'RUCTION SPECIF'ICATION DpCUMEl�TS
Cte�ised .Tuly 1, 2� l i
t
� 1
�
�
�
�
SECTION 0131 19
nn r, r+�i.rc+�E+7'���'�'�-
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
ll
12
I3
O1 31 19 - f
PKECOIVSTRUCTIODI MEETING
Page 1 of 3
A. Section Includes:
1. Provisions far the preconsiruction meeiing to be held prior io the start of Wark ta
clarify constructifln contract administration procedures
B. Deviatians frorn ihis City of Fort Worth Standard Specification
1. None.
C. Related Specificaiion Sections include, bui 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 AND FAYMENT FROCEDURES
� 14
� 15
16
� 17 1.3
� 18 1.4
�
!
a
�
�
�
�
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.
REFERENCES [NOT USED]
ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconsiruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behaliofthe entity each represents.
23 3. Meeting administered by City may be tape recflrded.
24 a. If recorded, tapes will be used to prepaxe minuies and retained by City for
25 future reference.
26 B. Preconstructian Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the rrieeting, prepare the notes of the
31 meetiag and distribute copies of same to all participants who so request by fully
32 completing the attendance fortn to be circulated at the beginning of the meeting.
33 3. Attendance shall incIude:
34 a. Project Representative
35 b. Contractor's praject manager
36 c. Contractor`s superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City tnay request
CiTY OF FOIiT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Aevised August 17, 2012
�
O1 31 19-2
PRECON3'FRUCT[ON MEETING
Aage 2 of 3
1
2
�
4
5
6
7
$
9
10
11
iz
13
14
15
16
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
e. Other City representatives
f. Qthers as appropriate
_.4-. Constr�e#;,.,. c,.�u�r�� ��an��-
a. Prepare baseline construction schedule in accorc�ance with Sectian O1 32 16 and
provide at Preconstruction Meeting.
b. City wi11 notify Contractor of any scheduIe changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work pla� and schedule
e. Cantract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
L Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Wark Notiiication
r. Legal Holidays
s. Trench Safety Plans
t. Confned Space ��try Standards
u. Coordinatian with the City's representative far aperations of existing wafer
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitu�ion Frocedures
dd. Correspondence Rputir�g
ee. Record Drawings
ff. T�mporary constructian facilities
gg. M/WBE or MBE/SBE procedures
hh. Pinal Acceptance
ii. Finai Payment
jj. Questions or Commen�s
CITY pF FpItT WORTH
STANDARD COIQSTRUCTION SPECjFICATION DOCUMENTS
Aevised August 17, 2D12
�
�
�
�
a
t
a
�
,
�
?}
i
I
z
�
�
i
�
O1 31 19 - 3
PRECONSTRUCTION MEETIIVG
Page 3 of 3
1 1.5 SUBMiTTALS �NOT USED]
2 1.6 ACTI4N SUBM�TTALSfINFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.$ MAINTENANCE MATERIAL SUBMITTALS [N4T USED]
5 �.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING €NOT USED]
7 i.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.I2 WARRANTY jNOT USED]
9 PART 2— PRODUCTS [NOT USED]
10 PART 3— EXECUTION �NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIEJMEI�ITS
Itevised August 17, 2012
,
�
�
��
�
�
. _�
��
_�
� �
f�»
C1TY OR FORT WORTEI
�
i � SECTIQN Ul 31 3�0
� -- -- --- 2 F�Rf}JEC :' �VIEE`FiNGS
E
� 3 PART1- GENERAL
�
�
�
i
4 1. � SUMMARY
013120-1
PROJECT MEETIATGS
Page 1 of 3
5 A. Section Xncludes:
6 1. Provisions for project meetings throughout the construction period to enable orderIy
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. None.
11 C. Aelated Specification Sections inciude, but are not necessarily limited to:
► 12 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contracf
� 13 2. Division 1— General Requirements
ia 1.2 PRICE AND PAYMENT PROCEDURES
�
�
�
�
�
�
�
15 A. Measurement and Payment
16 1. Work associated with this [tem is consic�ered subsidiary to the various items bid.
17 No separate payment wili be allowed for this Iietn.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Coordination
21 1. Schedule, attend and administer as specified, periodic progress meetings, and
22 specially called meetings throughout progress of the Work.
23 2. Representatives of Contractor, subcontractors and suppliers attending meetings
24 shall be qualified and authorized to act on behaIf of ihe eniity each represents.
25 : Meetings administered by City may be tape recorded.
26 '; � a. If recorded, tapes will be used to prepare minutes and reiained by City for
27 future reference.
28 4. Meetings, in addition to those specified in this Section, may be held when requested
29 by the City, Engineer or Contractor.
30 B. Pr�Construciion Neighborhood Meeting
31 1. After the execution of the Agreement, but before construction is allowed to begin,
32 aitend 1 PubIic Meeting with affected residents io:
33 a. Present projected schedule, including construction start date
34 b. Answer any construction reIated questions
35 2. Meeting Lacation
36 a. Location of ineeting to be determined by the City.
37 3. Attendees
38 a. Coniractor
,
CITY OF FORT WORTH
1 STANDARD CONSTRUCTION SPECIFICATION DOCj.JMENTS
Revised July 1, 2011
ai3Ezo-z
PIZOJECT MEETINGS
Page 2 of 3
1
2
�
4
5
6
7
S
9
10
11
i2
13
I4
1.5
1b
17
1.8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
41
42
43
44
45
46
47
48
b. Project Aepresentative
c. Other City representatives
� ��
a. In general, the neighborhoad meeting will occur within the 2 weeks foliowing
the pre-construction conference.
b. In no case will construction be allowed to begin untii this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be heId periodically. Meetings wilI be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. �uch additior�al mee�i�gs shall include, but not be limited to:
a. Coordinating shutdowns
b. 3nstallation of piping and equipment
c. Caordination between other constructian projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at pragress mee#ings, prepare the notes af
ihe meetiz�g and dist�ribute capies of ihe sazne io all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's pro�ect manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whozn the Contzactor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representati�es
f. Ofhers, as requested by the Project Representati�e
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review af construction mterfacing and sequencing requirements with other
constructian contracts
£ Corrective measures and procedures to regain projected schedule
g. Re�visians to consfruction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
L Pending changes and substitutions
nr�. Re�iew proposed changes for:
1} Effect on constructian schedule and on campletion date
2} Effect on other contracts ofthe Project
n. Review Record Documents
o. Review rnonthly pay request
p. Review status of Requests far Infarmation
CITY �F FORT WdATH
STAAPDARD C4NSTRUCTION $PECIFICATIQI�I DpCUMENTS
Revised July 1, 20l 1
�
i
i
i
r
,
1
�
{
i
�
)
[
t
f
f
�
i
G
l
�
3
4
1
f
013120-3
PRb7ECT MEETLI�' GS
Page 3 of 3
1 6. Meeting Schedule
2 a. Progress meetings wi11 be held periodically as determined by the Pz'oject
-3- �.�YPCPt1iAi1 VP ,
4 1) Additional meetings may be he�d at the request of the:
5 a) City
6 b) Engineer
7 c} Contractor
8 7. Meeting Location
9 a. The City will establish a meeting locaiion.
10 1) To the extent praciicable, rneetings will be held at the Site.
11 1.5 SUBMITTALS [NOT USED]
i2 l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
13 1.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE [�TOT USED]
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 I.l I FIELD [SITE] CONDITIONS [NOT USED�
18 1.12 WARRANTY jNOT USED]
19 PART 2- PRODUCTS [NOT USED]
za PART 3- ExECUTION [NOT USED]
21 END OF SECTION
22 .
Revision Log
DATE NAM� - SUMMARY OF CHANGE
23
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF�CATIOi�T DOCUMENTS
Ravised 7uly 1, 2011
�
�.�
� - � -�
�
�
C1TY OF FORT WORTii
i _ �: : . - : �._ r,......,...
,
�
T
�
i l
s
2
�
)
�
.
�
,
1
1
�
O
�
3 PARTT- GENERAL
4 1.1 SUMMARY
01 32 16 - ]
CDNSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
SECTION Ol 32 16
CONST�UC-T-I��PRe���r'T"-'T TT r
5 A_ Section Includes:
b 1. GeneraI requirements %r the preparaiion, submittal, updatiztg, status reporting and
'7 management of the Construction Progress ScheduIe
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Dacu ment
i 0 B. Deviations from #his City of Fart Worth Standard Speciiication
11 1. Nane.
12
I3
14
15 l.�
16
17
18
19 1.3
20
21
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Specification Sections include, b�t are not necessarily limited io:
1. Division 4— Bidding Requtrements, Contract Forms and Conditions of the Cor�tract
2. Division 1— General Reyuirernents
PRCCE AND PAYMENT PROCEDURES
A. Measurement atad Paynnent
1. VVork associated with this Item is considered subsidiary to the various items bid.
1Vo separate payment will be allowed for this Item.
REFERENCES
A. Definitions
1. Schedule Tiers
a. Ticr 1- No schedule submittal required by contract. Small, brief duration
projects
b. Tier �- No schedule submitta� required by contract, but wiII require some
milestone dates. Small, brief duration projecis
c. Tier 3- Schedule submittal required by contract as described in the
Specification and herein. Majority of City projeGts,_ including a�l bond program
projects
d. Tiew 4- Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with lang durations
1) Examples: large water pntnp station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5� Schedule submitkal required by cantract as described in the
Specification and i�erein. Large and/or very complex projects with long
durations, high public visibiiity
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitied before work begins that will serve
as the baseline for measuring progress and departures from the scheduIe.
3. Progress Schedule - Manthly submittal of a progress schedule docurnenting
progress on the project and any changes anticipated.
! CITY OF FOAT WORTH
t STANDARD CON3TRUCTTON SPECTFICATION DOCUMENTS
� Revised July 1, 2011
013216-2
CONSTRUCTIQN PRpGRESS SCHEDULE
Page Z of 5
1 4. Schedule Narrative - Concise narrative of the schedu�e including schedule
2 changes, expected delays, key schedule issues, critical path items, etc
3 B. Reference �tan ar s
4 1. City of Fort Worth Sci�edule Guidance Document
5 1.4 ADMINISTRATIVE REQUIREMENTS
6 A. Baseline Sched�ale
7 1. General
8 a. Prepare a cost-loaded baseline Schedule using approved software and the
9 Critical Path Method (CPM) as required in the City af Fart Worth Schedule
10 Guidance Docurnent.
11 b. Review the draf� cost-loaded baseline ScheduIe with the City to demonstrate
12 understanding of the work to be performed and known issues and constraints
13 related to the schedule.
14 c. Designate an authorized representative {Project 5cheduler) responsible for
15 developing and updating the schedule and preparing reports.
16 B. Progress Schedule
� 7 1. Update the progress Schedule manthly as required in the City of Fort Worth
18 Schedule Guidance Document.
1R 2. Frepare the Schedule Narrative to accampany the monthly progress Schedule.
20 3. Change Oz-ders
21 a. Incorporate approved change orders, resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibiliry for Schedule Compliance
25 1. Whane�er it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Contract completion
27 date wil] not be znet, or when so directed by the City, make some or all of the
28 following actions at no additionai cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approvec� schedule
33 2) Increase constructi�n manpower in such quantities and crafts as will
34 substantially elirninate the backlog of work and returr� current Schedule ta
35 meet projected baseline completion dates
36 3) Increase the nuinber of working hours per shift, shifts per day, working
37 days per week, the amaunt of construction equipment, ar any combinatian
38 of the foregoing, sufficien�ly to substantially eliminate the backlog of wark
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplis�►ment of activities, and comply with the revised schedule
41 2. If no written statement of the steps intended to take is submitted when so requested
42 by the City, the City may direci the Contractor to increase the level of effort in
43 manpower {trades), equipment and wark schedule (overtime, weekend and holiday
44 work, etc.} to be employed by the Contz-actor in order to reznove or arrest the delay
45 to the critical path in the approved schedule.
46 a. No additional cos� for such work will be considered.
CITY OP FORT WORTH
STANDAAD CONSTRUCTION SPECTF'ICATiON DOCUMENTS
Revised July 1, 2011
013216-3
CONSTKUCTiON PROGRESS SCHEDULE
Page 3 of 5
1 D. The Contract completion time will be adjusted only for causes specified in this
2 Contract.
3- a. Requests-for- an�xtension of aaay Co�ntract-compl�Y-igr �a+P rn„�r hP
4 supplemented with the following:
5 1) Furnish justification and supporting evidence as the City may deem
6 necessary to determine whether the requested extension of time is entitled
7 under ihe provisions of this Contract.
8 a) The City will, after receipt of such justification and supporting
9 evidence, make f ndings of fact and wi11 advise the Cantractor, in
10 writing ihereof.
11 2) If the City finds that the requested extension of time is entitled, the City's
12 deiermination as to the tofial number of days allowed for the extensions
13 shaI� be based upon ihe approved total baseline schedule and on all data
14 reievant to the extension.
15 a} Such data shall be included in th� next updating of the Progress
16 schedule.
17 b) Actual delays in activities which, according to the Baseline schedule,
18 do nat affect any Cantract completion date shown by the critical path in
19 the network will not be the basis for a change therein.
20 2. Submit each request far change in Contract completion date to the City within 30
21 days after the beginning ofthe delay for which a time extension is requested but
22 before the date of finaI payment under this Contract.
23 a. No time extension wiil be granted for requests which are not subrnitted within
24 the foregoing time �imit.
2S b. Fram time to time, it may be necessary for the Contract schedule or completian
26 time io be adjusied by the City to reflect tlae ef#�ects of job conditions, weather,
27 technical difficulties, strikes, unavoidabte delays on the part of the City or its
28 representatives, and other unforeseeable conditions which z�ay indicate
29 schedule adjustments ar completion time extensions.
30 1} Under such conditions, the City wi11 direct the Contractor to reschedule the
31 work or Contract completion time to reflect the changed conditions and the
32 Contractor sha11 revise his schedule accordingly.
33 a) No additional compensation r;viil be made to the Cantractor for such
34 schedule changes except for unavoidable overall contract time
=�I extensions beyond the actual completion of unaffected work, in which
3��I case the Contractor shall tal�e all possible action to minimize any time
37`� extension and any additional cost to the City.
38 b} Available #loat time in the Baseline schedule may be used by the City
39 as well as by the Contractor.
40 3. Float or slack time is defined as t�te amount of titne betvveen the earliest start date
41 and the latest start date or between the earliest finish date and the latest finish date
42 of a chain of activiiies on the Baseline Schedule.
43 a. �'loat or stack time is not for the exclusive use or beneiit of either the
44 Contrac#Qr or the City.
45 b. Proceed with work according to early start dates, and the City shall have the
46 right to reserve and apportion float time according to the needs of the project.
CTTY OF FOKT WOKTH
STANDAKI] CQNSTRUCTiON SPECIFICATION DOCUMENTS
Revised 7uly 1, 201 i
Ol 32 E6-4
CONSTRUCTION PROGAESS SCHEDULE
Page 4 of 5
1
2
�
4
5
6
7
8
9
10
11
t2
13
14
15
16
17
c. Acknowledge and agree that actual delays, affecting paths of acti�ities
containing float iime, wili not have any effect upon contract cornpletian times,
nr�g that the act�l de___i���-ine� n� exceed xhe flo�t time associated wit}�_
those activities.
E. Coordinating Schedule with Other Contract Schedules
1
2.
Where work is to be performed under this Contract concurren�ly with or contingent
upan work performed on the same facilities or area under ather contracts, the
Baseline Schedule shall be coordinated with the schedules ofthe other contracts.
a. Obtain the schedules of the other appropriate cantracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in correspondiag scheduIes.
In case of interference between the operations of different contractors, the City will
determine the work priority oieach coniractor and the sequence of work necessary
to expedite the completian of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary clelay of any work due to such circumstances sha11 not be
consiclered as justi%cation for claims for additional compensation.
18 1S SUBMITTALS
19
20
21
22
23
24
25
A. Baseline Schedule
1. �ubmit Schedu3e in nati�e file format and pdf farmat as required in the City of Fart
Worth Schedule Guidance Documez�t.
a. Nati�e file format includes:
1) Prima�vera (P6 or Primat�era Contractor}
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
2b B. Progress Schedule
27 1. Submit progress Schedule in native file farmat and pdf format as required in the
28 City af Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedu3e monthly no later than the last day ofthe month.
30 C. Schedule Narrative
31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no iater than the last day of the month.
34
35
36
37
38
39
D. Submittal Process
1. The City ad�ninisters and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fart Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
ciT�r oF �oxr woxT�
STANDARD COA'STAUCTION SPECIFICATi01V DOCUMENTS
Rer+ised 7uly 1, 2011
ai3zi6-s
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
� 1 1.6 ACT�ON SUBM�TTALS/�NFORMAT�4NAL SUBM[TTALS [NOT USED]
•__ 2 1.� CLOSEOUT SUBMITTALS �NOT USEDL __
� 3 I.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
E
� 4 1.9 QUALITY ASSURANCE
� 5 A. The person preparing and revising the construction Progress Schedule shaii be
F 6 experienced in the preparation of schedules oi similar complexity.
7 B. Schedule and supporting documents addressed in this Specification shall be prepared,
� 8 updated and revised to accurateIy reflect the performance of the construction.
. 9 C. Contractor is responsible for the quality of all submittals in this section rneeting the
10 standard of care for the construction industry for similar projects.
� 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
� 13 1.12 WARRANTY �NOT USED]
� 14 PART � - PRODUCTS [NOT USED]
l5 PART 3- EXECUTION (NOT USED]
16 END OF SECTION
i7
!
�
�
I
" 18
,
�
E
�
l
I
1
t
Revision Log
DATE NAME SUMMARY OF CHANGE
�CTTY OF PORT WORTH -' " _ -
� STANDARD CONSTRUCTION SPECIFICATION DOCI.JMENTS
' Revised July 1, 201 I
�
�
C1TY OF FOAT WOATH
4. _ . . ��__ _.... y,,.,...v..
�
i
]
�
� �
2
�
�
r
�
�
�
�
�
,
>
i
l
I`
3 PART1- GENERAL
4
5
6
7
8
9
i0
11
12
l3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
zs
29
30
31
32
33
SECTION Ol 32 33
P�C-0N�TRUCT-I(�At "T'-'vT,. r,��
013233-1
PRECONSTRUCTION VIDEO
Page 1 oF2
1J SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
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 of the Contract
2. Division 1— GeneraI Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work assaciated vvith this Item is considered subsidiary to the various iiems bid.
No separate payment will be allowed for this Ite�tn.
1.3 REk'ERENCES [NOT USED�
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruc�ion Video
1. Produce a preconstruction video of the site/alignment, i�cluding all areas in the
vicinity of and to be affected by canstructiqn.
a. Pravide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTYON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USEDJ
1.9 QUALlTY ASSURANCE �NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
�.ii ��Ln �siTE� coNniTioNs �rroT usEn�
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF PORT WOR�H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Juiy l, 2011
,
!
oz sz �3 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
�
�NHrt1F�S�
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WdRTH
STANDARD CONSTRUCTION SPECIFICATIOM DOCUMENTS
Revised July 1, 20L 1
p{
h
t
i
�
;
f
L
G
I
:
�
�
�
h
�
�
�
�
�
�
�
�
�
}
OI33D0-1
SUBMITTALS
Page 1 of S
sECTroN o� �� o0
S -UBMITTALS
3 PARTI- GENERAL
4 l.l SUMMARY
5
6
7
8
9
10
11
12
13
14
IS
16
17 1.�
A. Section IncIudes:
1. General methods and requirements of submissions applicable to the following
Work-related submitEals:
a. Shop Drawings
b. Product Data (including Standard Product List submitials)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1 _ None.
C. Relaied Specifiication Sections include, but are noi necessarily Iirnited to:
1. Divisian 0— Bidding Requirements, Contract Fortns and Conditions of the Contract
2. Division 1— General Requiremenis
PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associaied with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed far this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
4Q
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviatians in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal suff ciently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of tite Specifications.
b. Contractor is responsible such that the ins�tallation will not be delayed by
processing times including, but not limited to:
a} Disapproval and resubmittal {if reqnired)
b) Coordina�ion with o�her submittals
c) Testing
d) Purchasing
e) Fabrication
f} Delivery
g} Similar sequenced activities
c. No extension af time will be autharized because of the Contrac#or's failure to
transmit submittals sufficiently in advance of the Work.
CITY pF FORT WORTH
STANDARD CONSTRUCTION SPEGIFICATIDN DOGUMENTS
Revised December20, 20i2
�
oi33oa-2
susn��T-r�.s
Page 2 of 8
1
2
�
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
i9
za
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
42
43
44
45
46
d. Make subrnittals promptly in accordance with approved schedule, and in such
sequence as to cause no detay in fhe Work or in th� work of any other
cnntrar.tnr_
B. Submittal Numbering
When submitting shop drawings ar samples, utilize a 4-character submittal crass-
reference identification numbering system in the fallowing marmer:
a. Use the frst b digits of the applicable Specificatian Section Number.
b. For the next 2 digits nutnber use numbers 01-99 to sequentially number each
initial separate item or drawing subm�tted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A�2nd submission, B-3rd submission, C=4th subnr�ission, etc.). A typicaI
submittal number would be as follows:
03 30 00-OS-B
1) 03 3U 00 is the Specification Section for Concrete
2) 08 is the eighth ir�itial submittal under this Specification Section
3) B is th� third submission (second resubmission) of that particular shop
drawing
C. Contractar Certification
1
2.
Review shop drawings, product data anc� sa�nples, including those by
subconiractors, prior to submission to determine and verify the following:
a. Field measurements
b. F'ield construction criteria
c. Catalog numbers and similar data
d. Confarmance with the Contraci Documents
Provide each shop drawing, sample and product data submitted by the Contractor
wi#h a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal re�iewer
c. Certification 5tatemen#
1) "By this submittal, I hereby repres�nt that I have determined and veri%ed
field measurements, field construction cr�teria, materials, dimensions,
catalog numbers at�d simiilar data and I have checked and coordinated each
� item wsth other applicable approved shop drawings."
D. Submitfal �'ortnat
1. Fold shop drawings larger than 8'/z inches x 11 inches ta $'/2 inches x l 1 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. C�ver Sheet
1) Description of Packet
2) Contractor Certi%cation
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and fhe dates of any previous submissions
CITY OF FORT WORTH
STANDARD CONSTRIJCT14N SPECIFICATION DOCUMEF�TTS
Revised December 2Q 2012
�
�
�
�
�
�
�
�
�
�
f
�
�
�
�
i
1
2
3
4
5
b
7
8
9
10
11
12
13
14
15
1S
17
I8
19
20
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
013300-3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names af --
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Seciion number, page and
paragraph{s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical feat�res of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification nuz�bers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
l 1. An $-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified 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. Setiing diagranus
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individ�al system or equipment inspection and test reports including:
1) Performance curves and certificaiions
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correcY fabrication of the Work depends upon field measurements
1} Provide such rneasurements and note on the drawings prior to submitting
for approval.
G. Product Data - -
i. For submittals of product data for products included Qn the City's Standard Product
List, clearly ideniify each itenn selected for use on the Project.
2. For submittais of product data for products not incIuded on the City's Standard
Product Lisi, submittal data may include, but is not taecessarily limited to:
a. Standard prepared data for manufactured products (sametimes referred to as
catalog data)
1} Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufactarer's printed statements of compliances and applicability
4) Roughing-i:n diagrams and templates
5) Catalog cuts
6} Product photographs
C1TY OF �'ORT WORTH
5TAIVDAItD COIVSTRLICT'IOAT ST'ECIFICATION DOCUMENTS
Revised December 20, 20I2
013300-4
SUBM[T'TALS
Page 4 of S
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
� 9)_ Prnduction or c�ualitv c�ntr�l in���n and test repQr��and r.ertificatinnc _
4 10} Mill reporCs
5 11} Product operating and maintenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
1Q a. Physical examples ofthe Work such as:
ll 1) Sections af ma�ufactured or fabricated Work
12 2) SmalI cuts or containers of materials
13 3} Co�tnplete units of repetitively used products color/texture/pattern swatches
14 and rar►ge sets
15 4) Specimens for coordinatian of visual effec#
16 5} Graphic symbols and uni�s of Work to be used by the City for independent
17 inspection and testing, as applicable to the Work
18 I. Do not start Work requiring a shop drawing, sample or product data nor any materia] to
19 be fabricated or installed prior to the approval or qualified appraval of such item.
20 1. Fabrication perfarmed, materials purchased or on-site construction accomplished
21 which does not conform to approved shap drawings and data is at the Contractor's
22 risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conformity.
25 3. Complete project Work, materials, iabrication, and installations in conformance
26 with approved shop drawings, applicable samples, and produc# data.
27
28
29
30
31
32
33
34
35
36
37
38
39
aa
41
42
43
44
45
46
47
J. Submittal Distribution
Electronic Distribution
a. Confirm development af Project directory for electronic submittals to be
uploaded to City's Buzzsaw si�e, or another external FTP site appraved by the
Cify.
b. Shop Drawings
\;� 1) Upload submittal to designated project directory and notify appropriate
City representa#ives via e�nail af submittal posting.
2) Hard Copies
a) 3 copies for a11 submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit rt�ore than the number oi capies listed
above.
c. Product Data
1) Upload submittal to designated praject directory and notify appropriate
City representaYives via etnail af submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Saznples
1) Distributed to the Project Representative
2. Hard Copy Distributian {if reyuired in lieu of electronic distribution)
CITY OF FORT WORTII
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised December 2a, 2012
Ol 33 00 - 5
SUBMITTALS
Page S of 8
s
�
1
2
�
4
5
6
7
8
9
10
�1
12
13
14
15
�6
17
1s
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
`� 35
36
37
38
39
40
41
42
43
44
45
46
47
48
a. Shop Drawings
1) Distributed to the City
� Cnni�r
a) 8 copies for mechanical submittals
b) 7 copies for a11 other submittals
c) If Contractor requires znore than 3 copies of Shop Drawings returned,
Contractor sitall submit mare than the number of copies listed abo�e.
b. Product Data
l) Distributed to the City
2) Copies
a} 4 copies
c. Samp�es
1) Distributed to tlae Project Representative
2) Copies
a) Submit the numher stated in the respec#ive Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Arov2de number of copies as directed by the City but not exceeding the number
previously specified.
K. Subrrtittal Review
1. The review of shop drawit�gs, data and samples will be for general conformance
with the design concept and Contract Dacuments. This is not to be construed as:
a. Permitting any departure �rotn th� Coniract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
ditn�nsions, and materials
c. Approving departures from detai�s furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not reIieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. AII risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible far details and accuracy, for coordinating the
Work with aI� other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shap drar+�+ings, data or saznpl�s as submitted describe variations and show a
departure from the Contract requirements which City finds Yo be in the interest of
the City and to be so minor as not to involve a change in Contract Arice or time for
performance, the City may return the reviewed drawings without nating a�n
exception.
5. Submittals will be returned to the Contractor under 1 af the following codes:
a. Code i
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submiital.
a) When returned under this code the Contracior may release the
equipment and/or material for manufacture.
b. Code 2
CiTY OF FOTiT WORTH
STANDARD CO3VSTRUCTIdN SPECIFiCATION DOCUMENTS
Revised Decemher 20, 2012
Oi 33 00 - 6
SUBMITTALS
Page b of 8
1 1) "EXCEPTC4NS NOTED". This cade is assigned when a confirma#ion of
2 the natations and comments IS NOT required by the Cantractor.
3_ �.) The Contxa��r ma� relea.ce the Pn.n��snt�r rnateriaL.for manufa�tsare�
4 however, all notatians and comments must be incorporatad into the
5 iinal product.
9
10
11
12
I3
14
15
1b
17
1&
19
20
21
22
23
c. Cade 3
1) "EXCEPTIONS 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, a�l notations and comments must be incorparat�� into the
final product.
b) This resubmittal is to address all comments, amissions and
non-conforming items that were noted.
c) Resubmitta� is to be received 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 the subrttittal does not meei the
intent of the Conigact Documents.
a) The Cantractor must resubmit the entire package revised to bring the
submittaI into conformance.
b} It may be necessary to resubmit using a different maaufiacturer/vendor
to meet the Contract Dacuments.
24 6. Resubmittals
25 a. Handled in the same inanner as first submittals
26 1) Corrections other than requested by the City
27 2} Mark�d with revision triangle or other similar method
28 a} At Contractar's risk if nat marked
29 b. Submittals far each itezni will be reviewed no more than twice at the City's
30
3l
32
33
34
35
36
37
38
expense.
1} Ail subsequent reviews wiil be perforr►ied at times convenient to the City
and at #he Contractor's expense, based on ttze City's or City
Representative's then prevailing rates.
2} Provide Contractar reimbursement to the City within 30 Catendar Days for
all such fees in�oiced by the City.
c. The need for mare than 1 resubmission ar any other delay in obtaining City's
review of submittals, w'ill not entitle the Contractor to an extension of Contract
Time.
39 7. Partial Submi#ta�s
40 a. City reserves the right to not review submittals deemed partial, at the City's
41 discretion.
42 b. Submittals deemad by the City to be not complete wiil be returned to the
43 Contractar, and will be considered "Not Appra�ed" until rasubmitted.
44 c. The City may at its option pro�ide a list ar mark the submittal directing the
45 Contractar to the areas that are incomplete.
46 8. If the Contractor consid�rs any correction indicated on the shop drawings to
47 constitute a change to the Contract Documents, then written notice must be
48 pravided thereof to the City at least 7 Calendar Days prior to release for
49 manufacture.
CITY OF PORT WORTH
S"FANBARD CONSTRUCTION SPECIFICATIDN DOCi.IMENTS
Revised December 20, 2012
�
�
�
�
�
�
�
�
�
�
�
�
i
i
i
�
�
OI33aD-7
SUBMITTALS
Page 7 of $
1 9. When the shop drawings have been co�ttkpleted to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewiih and no iurther
� �h�e�tl�exei�except upon-r�uri�#� ' e-Gity.
4 10. Each submiiial, appropriately coded, will be returned within 30 Calendar Days
5 folIowing receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specif ed in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
1Q M. Qualifications
11 l. if specifically required in other Sections of these Specifications, submit a P.E.
I2 Certification for each item required.
13
14
15
16
17
�8
19
20
21
zz
23
24
25
26
27
28
29
30 1.S
N. Request for Infarmation (RFI)
1. Contractor Request for additional information
a. Clari�cation or interpretation of the contract documents
b. When the Contractor believes �here is a conflict beiween Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the cott#�ict and request clarifcation
2. Use the Request for Information (RFI} form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" fallowed by series number, "-xxx", beginning with "Q1" and
increasing sequentially with each additianal transmiital.
4. Sufficient informatian shali be attached to pertnit a written response without further
information.
5. The City will Iog each request and will review the request.
a. If review a,f the project information request indicates fhat a change to the
Contract Documents is required, the City will issue a Field Order oz' Change
Order, as appropriate.
SUBMITTALS [NOT USED�
31 1.6 ACTION SUBMITTALS/IN�'ORMATIONAL SUBMITTALS [NOT U�aED]
32 I.'� CLOSEOUT SUBMITTALS [NOT USEDJ
33 1.$ MAINTENANCE MATERIAL SUSMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT US�Dj
35 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
36 i.11 FIELD �SITE] CONDYTI4N5 [NOT USED]
37 1.12 WARRANTY [NOT USED]
CiTY OF PORT WORTH
STANDAItD CONSTRUCTIQN SPECiFICATION �QCUMENTS
Revised December 20, 2012
OE 3300-8
SiJBMTTTALS
Page 8 of 8
t PART � - PRODUCTS [NOT USED�
2 FART 3� EXECUTI4N [N4T USEDI
3 END OF SECTION
4
Revision Log
DAT� NAME SUMMARY OF CHANGE
12/20/2012 D. 7ohnson 1.4.K.8. Warke�g Days modified to Calendar D�ys
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Re�ised December 20, 20 L 2
�
�
�
�
i
1
�
�
�
,
�
�
�
1
�
Ol 35 13 - 1
SPECiAL PROJ�C'F PROCEDURES
Page 1 of $
1 SECTION Ol 3S 13
� - �"�-�I�L �I�OJECT PROCEDUn�
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
ia
11
12
13
14
1S
16
l7
l8
19
20
21
22
23
A. Sectian Zncludes:
1. The procedures for speciai project circumstances ihat includes, but is not limited to:
a. Coordination with the Texas Department of Transportatian
b. Work near High Voltage Lines
c. Coniined Space Entry Program
d. Air Pallutian Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Depa�tznent Notificatian
g. Public Notification Prior to Beginning Construciion
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits axeas
j. Dust Controi
lc. Employee Parking
B. Deviations from this City of Fort Worth Sta�adard Specification
1. None.
C. Relaied Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division 1— General Requirements
3. Section 33 12 25 �- Connection to Existing Water Ma.ins
24 l.2 PRTCE AND PAYMENT PROCEDURES
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measureme�nt and Payment
1. Coordination within Railroad permit areas
a. Measuremeni
1} Measurement for this Item will be by lurr�p sum.
� b. Payment
1} The wark perfortned and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Caordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4} AdditionalInsurance
5) Insurance Certifcates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or fro�ti the
construction ofthe Praject.
2. Railroad Flagmen
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Ravised Uecember 20, 2012
9
O1 35 13 - 2
SPECiA,L PROI�CT PROCEDUAES
Page 2 of S
1
2
�_
4
5
5
7
8
9
la
r1
i2
13
a. Measurement
1} Measurement for this Item will be per working day.
b. ��metlt.
1) The work perfortned and materials furnished in accordance with t1�is Item
will be paid for each warking day that Railroad Flagmen are present at the
Site.
c. The price bid sha11 include:
1} Coordinaiion for scheduIing flagmen
2} FIagmen
3} Other requirements associated with Railraad
3. All pther items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allowed far this Item.
14 2.3 REFERENCES
15
16
17
�8
19
20
21
22
A. Reference Siandards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest re�ision date logged at the end of this
Specif cation, uniess a date is specifically cited.
2. Health and Safety Cade, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
3. North Central Texas Council of Governments (NCTC4G) — Clean Canstruction
Specification
23 1.4 ADMINISTRATIVE REQUIREMENTS
24
25
26
27
28
24
30
31
A. Coardination with the Texas Departrnent of Transportatian
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify #he Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the �ercnit
b. All work performed in the TxDOT right-of way shall be performed in
complianc� with and subject ta approval from the Texas Department of
Transpartation
32 B. Work near High Voltage Lines
33 l. Regulatory Requirements
34 a. AlI Work near High Voltage Lines (more than 600 valts m�asured between
35 conductors ar between a conductor anc! the graund) shall be in accardance with
36 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
37
38
39
40
41
42
43
44
45
2. Warning sign
a. Provid� sign ofsufficient size tneeting all OSHA requixements.
3. Equipment operating within 10 feet af iugh �+oltage lines wilI require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift �ook conneciions for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of #�e owner of the high voltage lines
4. Wark wit�ir� 6 feet af high voltage efectric lines
CITY 4F FdRT WORTH
STANDARD CpNSTRUCTTON SPECIFICATION DOCUMENT5
Re�ised Decamber 2a, 2�12
�
013513-3
SPECIAL PROJECT PROCEDI.JRES
Page 3 of 8
m
1
2
4
s
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�i
35
36
37
38
39
40
41
4z
43
44
45
46
a. Notification shail be given to:
1) The power company (example: ONCOR)
- a}-- A�Iai�tainan-accurate lo�of_all such_calls-tc�po-w��company_andrecord-
action taken in each case.
b. Coardination with power campany
1) After notifica#ion coordinate with the pawer company to:
a} Erect tem�orary 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.
G Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Progratn in accardance with
OSHA requirements.
2. Confined Spaces i nclude:
a. Manholes
b. All oiher confined spaces in accordance with OSHA's Permit Required �or
Confined 5paces
D. Air Pollution Waich Days
I. General
a. Observe the foilowing guidet�nes relating �o working on City construction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
I) May 1 through October 31.
c. Critical Emission Time
1) 6:Q0 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on �nvironmental Qua�ity (TC�Q), in coordination
with ihe National Weather Service, will issue the Air Pollution Watch by 3:00
p.m. on the afternoon prior ta the WATCH day.
b. Requirements
1) Segin work aier 10:00 a.m. wk�e�xever cotzstruction phasing requires ihe
use of motorized equipment for periods in excess of i hour.
2) However, the Cantractor may begin worK priar to I0:00 a.m. if:
a) Use of motarized equipment is less than 1 hour, or
b) If equipment is new and certified by EPA as "Low Emitting", ar
equipment b�rns Uitra Low Sulfur Diesel (ULSD}, diesel emu9sions, or
alternative fuels such as CNG.
E. TCEQ Air Permit
1. Obiain TCEQ Air PermiC for construction activities per requirements of TCEQ.
F. Use of Exptosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following wi11 apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section OI 31 13
G. Water Department Coordination
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMEIVT5
Itevised December 20, 2012
O13513-4
SPECLAL PROJECT PAOCEDURES
Page 4 of $
1 1. During the construction of this project, it will be necessa�ry ta deactivatc, for a
2 period of time, existing lines. The Contractor shall be required to coardinate with
� tl� Water 17e�aCtmeri�t(zde#eCIl1irie_.th�]�sx tim�foJ' de�cti�ating and a.cfiivaYins�
4 those lines.
5 Z. Coordinate any event that wilI raquire connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordinatian shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the Iife af named project.
10 c. In the event that a water valve on an existing live system be tu�ad off and an
1 t to accommodate the construction of the project is required, coordinate this
12 activity through the a�prapriate City representative.
13 1) Da not operate water line �alves of existing water system.
14 a} Failure ta comply will render the Contractor in vialation of Texas Penal
15 Code Tit1e 7, Chapter 28.03 (Criminal Mischief) and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition, t�e Contractar will assume all liabilities and
18 responsibilities as a result of these actions.
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
44
41
42
43
44
45
46
47
4$
H. Public Notification Prior ta Beginning Canstruction
1. Prior to beginning construction an any black in the project, on a block by block
basis, prepare and deliver a notice ar flyer of the pending construction to the front
daar af each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. 1'ost natice or flyer 7 days p�ior to beginning any construction activity on each
block in the project area.
1) Prepare flyer on the Contractor's �etterhead and incIude the following
information:
a} Name of Project
b) City Project No (CPN)
c} Scope of Project (i.e. type of consf�'uction activiiy)
d) Actual construction duration within the block
e} Natne of the contractor's foreman and phone number
fl Name af the City's inspector and phone nurr►bet
g) City's after-hours phone number
2) A sample of the `pr�construction notification' flyer is aitached as Exhibit
A.
3) Submit schedule showing the construction start and finish time far each
block ofthe project to the inspector.
4) Deliver flyer to the City Inspector for review prior to distribution.
b. No canstruction will be allowed to begin an any block until the flyer is
deIivered to all residents of the block.
T. Public Noti�catio!n of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, pr�pare and deliver a notice or flyer of
the pending interruption to the front door af each affected resident.
2. Prepared notice as follows:
a. The notiiication ar flyer shall be posted 24 hours prior to the tem}�orary
interruption.
ciTY o� �oxT woxTri
STANDARB CONSTRUCTION SPECIFICATION DOCiJMENTS
Revised December 20, 2012
01 35 13 - 5
SPECIAL P12pJEC'I' PI2OCEDUI�S
Page 5 of 8
'i
�
._,
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
b. Frepare flyer on the contractor's letterhead and include fhe following
information:
> >���the project
2) City Project Number
3} Date of the interruption af service
4) Period the interruption will taKe place
5) Name of the coniractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample ofthe temporary water service interruption notifcatian is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review priar to being t�istributed.
e. No interruption of water service can occur uniil the £�yer �as been deIivered to
all affected residents and businesses.
f. Electronic versians of the sample flycrs can be obtained from the Project
Construction Inspector.
17 J. Coordination with United States Army Cozps of Engineers (USACE}
18 1. At Iocations in the Froject where construction activities occur in areas where
l9 USACE permits are required, meet ail requirements set forth in each designated
20 permii.
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
39
40
41
42
43
44
K. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
raiIroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance cer�ificates
f. Other employees required to protect the right-of-way and property af the
Railroad Company from damage arising out of and/or from the construction af
the project. Proper utility clearance procedures shall be used in accordance
with the permit guideIines.
2. Obtain any supplemental information needed to com}�ly witla th� railroad's
requirements.
3. Railroad Flagmen
a. Submit receipis to City for verification of working days that railroad flagmen
were present on Site.
L. Dust Co�►troI
1. Use acceptable measures to contral dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is perfot�x�ed, capture and properly dispose of slurry.
M. Employee Parking
1. Provide parking for emptayees at locations approved by the City.
CITY QF FORT WORTFI
STANDARA CONSTRUCTION SPECIFICATION DOCUME[�TTS
Revised 17ecemher 20, 2012
ai ss i3-6
SPECIAL PROJECT PAOCEDLIRES
Page 6 of $
I 1.5 SUBMITTALS [NOT USED]
2 1.b ACTI�N SUBMITTALS/INTORMATIOI�TAL SUBMITTALS �NOT USED]
3 1.7 CLOSE4UT SUBMITTALS [N4T USED]
4 1.$ MAINTENANCE MATERIAL SUEMITTALS [NOT USED]
5 19 QUALITY ASSURANCE [NOT USED]
6 1.1Q DELYVERY, STORAGE, AND HANDLING �NOT �[7SED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.1� WARRANTY [NOT USED]
9 PART � - PRODUCTS {NOT USED]
10 PART 3- EXECUTION [N�T USED�
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGB
1.4.B — Added requirement of compliance with Health and �afety Code, Title 9.
8/31/2012 D. 7ohnson Sa#'ety, Subtiile A. Public Sa#'ety, Chapter 752. High Voltage O�erhead Lines.
1.4.T, — Added Contractor responsibikity for obtaining a TCEQ Air Permit
13
cz� o� �o�T wo�x�z
STANDARD CONSTRUCTION SPECIFICATIO�T DOCUMENTS
Aevised December 20, 2012
�
f
�I
�
�
5
l
S
J
i
f
[
r
�
i
�
E
i
�
a
�
F
�
�
i
�
1
�
3
�4
5
6 Date:
7
8 CPN No.: 100637
9 Prvject Name:
l0 Mapsco Location:
11 Limits of Construction:
�z
13
EXHIBIT A
{��-b�pr-it�#ea���e�et-'� �e�terf�ead}
14
1S
16
�� i b1S IS �O IN�ORY� YOU YbA� L1N��R A CON�RACT Wi'TH 'TH� C1TY OF FOlii
1s 1NORiFi, OUR COIiA�ARlY lf!lE��. V!lORK DN UTI�ITY LIN�S �M OR AROUPdD YOUR
19 F ROP�R�Y.
20
2� co�s��uc�io�v �rvr�,� ���i�u �►���oxi�a°���v s���� ��Ys ��o�n rH� �ar�
22 OF iH[S IVOTIC�.
23
24 !F YOU Fi.�l/� QU�SiIONS Ak�OUT �4CCFSS, S�CU�I�Y, SA��YY O� APdY Oib�R
25 ISSU�, P��AS� CA��:
z6
z�
28 i�lr. <CONTRACTOR�S SUPERIMTENDENT� �►� �TELEPHONE I�O.>
29
30 OR
31
32 i�lr. �CITY INSPECTOR� AT < 7ELEPMONE NO.>
33
34 �►Fi�R 4:30 �M OL� O�! lN��K�N�S, PL�AS� CALL (81 �} 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
37
CITY OF FORT WORTH
STANDARD CONSTRUCTIpN SPECIFIGAT[ON DpGUMENTS �
Ravised December 20, 2012
013513-7
SPECIAL PROJECT PROCE➢URES
Page 7 of 8
I
4
1
013513-8
SPECIAL PROSECT YROCEDURES
Page 8 af S
�
2
EXHIBIT B
���� ■����
�
�� r�o. �
�ect 4�a�ae
����� �� ����� ���� ��:w��
JL� JL fir�����
DY4E TO [7TILI1`Y 1MPROV�M�I�TS IN YOUR NEICHBE)RHAOD, YOUR
WATER SERVICE �'V[I.�. BE IlVTERRUPTEA OI�T
BE'A"WEEN TSE HOiJRS OF ANn
1F YOi7 SAVE QUESTIQ�18 ABOUT TFiIS SHIl'�['-OiIT, PLEASE CALY.:
MR. AT
(CQNTRACTOIiS SUPERITIT�Y�fDE1�T) (TEi,EPHONE NUMBER]
DB
MR AT
(CITY iIYSPECTQR) (TEI,EPHONE iVUMSER}
THI5 IPiCO1NV�1�IlENCE WIL�. BE AS SI���tT AS POSSI�LE.
THAPiK YOU,
Gd1d3713AC1`O�i
3
4
CITY pF FpRT WORTH
STANDARD CONSTRUCTIO�T SPECIPICATION DOCUMENTS
Revised December 20, 2012
��
�
k
�
` 1
1
�..
!
1 3 PART1- GENERAL
014523-1
TESTING AI�TD INSPECTIQN SERVICES
Page 1 of 2
SECTION 01 45 �3
T��mn.r� e T.m n.rc n�nmi�i.T c rn� rrn�o
. 4 1.1 SUMMARY
f 5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
� 7 B. Deviations from this City af Fort Worth Standard Specification
,
S 1. None.
� g
l0
11
�
I 12 1.2
�
�
�
�
�
�
C. Related Specification Sectians include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark associated with this Item is considered subsidiary to the various Iiems bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testi�g.
b. City is responsib�e for perForming and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, fhe
Contractor is responsible for payment of subsequent QualiTy Assurance
testing until a passing test occurs.
a) Final acceptance wili not be issued by City until all required payments
for testing by Contractor have been paid in full.
R��'ERENCES [NOT USED]
13
14
15
16
17
18
19
20
21
22
23
24
25 1,3
26 1.4 ADMIN� �7'RATIVE REQUIREMENTS
A. Testin�
l. Con�plete tasting in accorda�ace with the Contract Docurnents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficienily
in advance, when testing is needed.
b. When testing is reyuired to be completed by the Contractor, notify City,
suffictently in advance, that testing will be perforrned.
3. Disiribution of Testing Reports
a. �lectronic Distribution
1) Confirm development of Project directory for electronic submittaIs to be
upIoaded to City's Buzzsaw siie, or another extemal FTP site approved by
the City.
27
2$
29
30
31
32
33
34
35
36
37
38
C1TY OF FOAT WORTI-I
STANDAItD CONSTRUCTION SPECIFICATIOI+F DOCUMENTS
Revised July 1, 2011
014523-2
TESTING AND 1NSPECTION SERVICES
Page 2 of 2
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting.
� 3�-x��
4 a) i capy for all submittals submitYed to the Project Representative
5 b. Hard Copy Distribution {if required in lieu of electronic distribution)
G 1} Tests performed by City
7 a) Distribute 1 hard copy to the Contractar
8 2) Tests performed by the Contractor
4 a) Distribute 3 hard capies to City's Project Representative
10 4. Provide City's Project Representative with trip tickets for each delivered load of
11 Concrete or Lime material including the fallowing information:
12 a. Name of pit
13 b. Date of delivery
14 c. Material delivered
15 B. Inspection
16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to
i7 perform wark in accordance with the Contract Documents.
18 1.5 SUBMYTTALS [NOT USED�
19 1.6 ACTI�N SUBMITTALS/INFORMATIONAL BUBMITTALS [NOT USED]
20 1.'7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.$ MAINTENANCE MATERIAL SUBMITTAT.S [NOT USED]
22 19 QUALITY ASSURANCE [NOT USED]
23 1.1U DELIVERY, ST�RAGE, AND HANDLING (NOT USED]
24 1.11 FIELD [SITE] CONDITIONS �NOT USED]
25 L12 WARRANTY [NOT USED�
26 PART 2- PRODUCTS �NOT USED]
27 PAR`I' 3- EXECUTION �NOT U�ED]
2$
29
END O�' SECTION
Re�ision Log
DATE NAME Si_JMMARY OP CHANGE
30
CITY OF FORT WORTH _
STANDARD CONSTRUCTIdN SPECIFICATION DdCUMENTS �
Revised 7uly 1, 2611
r
}'
t
' 1
. �
�
�
�
i
1
E
f
�
�
�
�
i
�
F
�
--1
�
�
E
!
Ol 50 00 - 1
TEMPORARY FACf[.ITIES AND CONTKOLS
Page 1 of 4
sECT1oN ai so 00
m�r,m�r� ti nv � � niT rT1E�'� e�•r�i n-coir`FR�L,�
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 I. Provide temparary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of th� cor�str�ctian site
13 B. Deviations from this City oiFort Worth Standard Specificatton
14 1. None.
15 C. Related �pecification Sections include, but are not necessarily limited to:
16 1. Division 0— Bidding Requirements, Cpntract Forms and Conditions of the Contract
l7 2. Division 1— General Requirements
I8 1.� PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Iiems bid.
21 No separaie payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies far temporary services.
b. Abide by rules and regulations of utility service companies or authorities �
having jurisdiction.
c. Be responsible far utility service costs until Work is approved for Finai
Acceptance.
l} It�cluded are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial o�eration of Work.
2. Waier
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tesis af piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and mainiain adequate supply of potable water for domestic
consucnption by Contractor persannel and City's Project Representatives.
c. Coordination
1} Caniact City I week before water far construction is desired
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS
Revised 7uly 1, 2Dl 1
i
015000-2
TEMPORARY FACILET[ES AN�3 CONTROLS
Page 2 of 4
1
2
3.
4
S
6
7
S
4
1Q
11
12
13
14
rs
l6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
3?
3~ �
34 '
35
36
37
38
39
40
41
42
43
44
45
d. Coniractor Payrnent for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
�siablished rates.._
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
#esting of Work.
1) Provide power for lighting, operation of equipment, or ather use.
b. Electric power service includes temparary power service or generatar to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide ernergency telephone service at Site far use by Coniractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temparary heat and �entilation to assure safe working conditions.
B. Sanitary Facilities
l. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulatians of State aad lacal departments of heaIth.
2. Enforce use of sanitary facilities by construction personnel at jab site.
a. Enclose and anchor sanitary facilities.
b. No discharge wi11 be allowed fram these facilities.
c. Collect and store sewage and wast� so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less ihan weekly inteYvals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Woric Site and keep clean and maintained throughout Project.
4. Remove facilities at cornpletion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, wafertight, weatherproaf siorage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. 5torage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inveniory.
4. Equip building with lockable doors and lighting, and pro�ide electrical ser�ice for
equipment space heaters and heating or ventilaiion as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporaty structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temparary Fencing
1. Provide and maintain for the duration or construction when required in contract
doc�xments
E. Dust Control
C1TY OF FORT WOATH
STANDARD CbNSTKUCTION SPECIFICATIOIV DOCUMENTS
Rer+ised July 1, 20L 1
�
�
�
�
f
r
;
➢
i
�
�
�
�
�
�
�
1
2
�
4
5
6
7
8
9
10
11
12
l3
14
15
16
01 5000-3
TEMPORARY FACiLIT1ES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
proj ect.
a. ��Yractn�remains-on-call at all timea ...
b. Must respond in a timeiy manner
F. Teznporary Protection of Canstructian
I. Contractor ar subcontractors are responsible for protecting Work from da�nage due
io weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTYON SUBMITTALSIINFORMATIONAL SUSNIITTALS [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]
�.11 FI�LD [S�TC] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS �NOT USED]
17 PART 3- EXECUTION �N�T USED�
18 3.1 INSTALLERS [NOT USED]
19 3.� EXAMINATION [NOT USED]
2� 3.3 PREPARAT�UN [NOT USED]
21 3.4 INSTALLATION �
22 A. Temporary Facilities
23 1. Maintain aII temporary facilities for duration of construction activities as needed.
24 3.5 [REPAIR] / [RESTORATION�
25 3.6 RE-INSTALLATION
26 3.i FIELD [oxJ SITE QUALITY CONTROL jNOT USED�
27 3.$ SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USEDJ
29 3.10 CLEANING �NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Temporary Facilities
C[TY OF FORT WORTH
----- ---- --.. ...... _..
STANDARD CONSTRiTCTION SPECIFICATION DOCTJM�NTS
Revised July 1, 2011
O15000-4
TEMPORARY PACILITIES AND COMTROLS
Page a of �4
1 1. Remove all temporary facilities and restore area after campletion of the Wark, to a
2 conditian eyual to or better than priar to start of Work.
3 3I� �R�`PE�'i�QN-[NOT US�Dfi
4 313 MAINTENANCE [NOT USED]
5 3.19 ATTACHMENTS [NOT USED]
5 END QF SECTION
7
Revision T.ag
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTI-I
STANDARD CONSTRUCTION SPECiFICATION DOCUM6NTS
Revised July 1, 2011
�
3
1
i
�
i
�
�
!
i
I
,
�
�
f
�
O 1 55 26 - 1
STREET USE PERMFi' AND MODIFICATIONS TO TRAFF[C CONTROL
Page 1 af 3
1
2
SECTION 01 55 26
STREE`�' USE�'ER�M-C-'F��}B M �IE CONT�tO�
3 PARTI- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
A. Section IncIudes:
1. Administrative procedures for:
a. Street Use Permit
b. Modifcation of approved trafific control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Speciiication
1. None.
C. Re�ated Specif cation Sections include, but are noi necessarily �imited to:
I. Division 0-�- Bidding Requirements, Contract Forms and Conditions of fhe Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Contral
1.2 PRICE AND PAYMENT PROCEDURES
17 A. Meas�rement and Payment
IS 1. Work associated with this Ttem is cansidered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
2p 1.3 REF'ERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of t}�is
24 specification, unless a date is specificaily cited.
25 2. Texas Manual on Uniform Traf�c Control Devices (TMUTCD).
�
26 lA `�� UMINISTRATIVE REQUIREMENTS
27 A. Trafiic Contro�
28 1. General
29 a. When traffic control plans are included in the Drawings, provide TrafFic
30 Control in accordance with Drawings and Section 3� 71 13.
31 b. When traffic control plans are not included in the Drawings, prepare traffic
32 control plans in accordance with Section 34 71 i3 and submit to City far
33 review.
34 1} Allor�v minimum 10 working days for rev�ew of proposed Traffic Control.
35 B. Street Use Permii
36 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
37 a. To obtain Street LTse Permit, submit Trafiic Control PIans to City
38 Transpor�ation and Public Works Department.
CITY OF F'ORT WORTH
STANDAitD CONSTRIUCTION SPECIFICATION DOCUMENTS
RevisedJuiy 1,2011
ai ssa6-a
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1} Allow a minim�xm of 5 working days far permit re�iew.
2 2) Contractor's responsibility ta coardinate review of Traffic Control plans for
� Sfreet Use Permit, s.uch tha.t r,nn.ctri��tionis_not delaved,
4 C. Modificatian to Approved Traffic Control
5 1. Prior to installation traffic coatrol:
6 a. Submii revised traffic control plans to City Department Transportation and
7 Public Works Depariment.
8 1} Reuise Traffic Confral plans in accordance with Section 34 71 13.
9 2) Allow mini�num 5 working clays for review of revised Traff c Control.
10 3) It is the Contractor's responsibility to coordinate review of Traffic Control
I 1 plans for Street Use Permit, such that construction is not delayed.
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for constz-uction, ihen contact
14 City Transportation and Public Works Department, Signs and Markir�gs Di�ision to
15 remove the sign.
16 E. Temporary Signage
] 7 1. In the case of regulatory signs, repface permanent sign with ternporary sign meeting
18 requirements of the iatest edition of the Texas Manual on Unifarm TrafFc Control
14 Devices (MUTCD).
20 2. Iastall temporary sign before the remaval ofpermanent sign.
21 3. When construction is complete, to the extent that the permanent sign can be
22 reinstallec�, contact the City Transportation and Public Works Depar�nent, Signs
23 and Markings Division, to reinstall the permanent sign.
24 F. Traffic Control Standards
25 1. Traftic Control5tandards can be found on the City's Buzzsaw website.
26 1.5 SUSMITTALS �NOT USED]
27 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [NOT USED�
28 L9 CLOSEOUT SUBMITTALS [NOT llSED�
24 1.8 MAINTENANCE MATERIAL SUBMYTTALS [NOT USED)
30 1.9 QUALITY ASSURANC� [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 1.11 [{'�ELD [SITE] CONDITIONS [NOT CTSED�
33 1.12 WARRANTY [NOT USED�
34 PART 2- PRODUCTS [N4T U,SED]
35 PART 3- EXECUTIQN [NOT USED]
36
END OF' SECTION
CITY OF FORT WORTH
STANDARD CO�TSTRUCTION SPECIFICATION I}OCi.IMENTS
Revisad Juiy i, 20.11
ai ss2b-3
STREET LFSE FBRMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICA'1'IO�[ �OCUMENTS
Rwised July 1, 20E 1
��
� .''
�
_� - �
�
�
0
CITY OF FORT WORTH
1�V1���
�
�
�
�
�
�
�
�
�
F
r
,
�
;
1
�
�
1
i
015713-1
STORM WATER POLLUT10iV PREVEI�TTON
Page 1 of 3
1
�-
SECTION O1 57 13
��� ��,�,��?���n r. � mw TmT�i.r
3 PART1- GENERAL
4
S
6
7
8
9
10
11
12
13
I4
15
i6
17
18
19
20
21
zz
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
1.I SUMMARY
A. Section Includes:
1. Procedures for Storrn Water Pollution Prevention Ptans
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 Canditio�as of the
Contract
2. Division 1— General Requirements
3. Section 31 25 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PR�CEDURES
A. Measurement and Payment
1. Cortstruction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payrnent will be allowed for this Item.
2. Construction Aciivities resulting in greater than 1 acre of disturbance
a. Measuretnent and Payment shali be in accordance with Section 31 25 00.
1.3 RERERENCES
A. Abbreviations and Acronyms
1. Notice of Iz�tent: NOT
2. Notice ofTerrnination: NOT
3. Storm Water Pollution Prev�ntion Plan: SWPPP
�4. Texas Commissipn on Environmental Quality: TCEQ _
5. Notice of Change: N4C
A. Reference Standards
1. Reference standards cited zn this Specification refer to the current reference
standard published at the tirne of the latest revision date logged at the end of this
Specification, unless a date is speciiically cit�d.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
ControIs
1.4 ADMINISTRATIVE REQU[REMENTS
A. Generai
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance ta Storrnwater PolIutian i'revention Plan.
CITY OF FORT WORTH
STANDARD CONSTRUCTIOTT SPECIFICATION DOCUMENTS
Revised 3uly l, 2011
a15713-2
STORM WATER POI.LUTION PREVENTION
Page 2 of 3
2
�
4
5
b
7
S
9
10
1]
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2'7
28
29
3fl
31
32
33
34
35
3b
37
38
39
B. Constructian Acti�ities resulting in:
1. Less than 1 acre of disturbance
a. Provide-era�ier� �nt� se ' eeard�ne�with Seetion 31- �5-00-an�
Drawings.
2. 1 to less than 5 acres af disturbance
a. Texas Pollutant Discharge Elimination System {TPDES} General Canstc�uction
Permit is required
b. Comglete SWPPP in accordance wi#h TCEQ requirements
1) TCEQ Small Construction Site Notice Required under generai permit
TXR15000�
a} Sfgn and past at job site
b) Prior to Preconstructian Meeting, send 1 copy to City Department of
Transportation and Public Works, En�ironmental Division, (817} 392-
6088.
2} Provide erosion and sediment control in accordance with:
a} Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d} SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination Systern (TPD�S} General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
l} Pregare a TCEQ NOI form and submit ta TCEQ along with required fee
a) Sign and post at job site
b} Send copy to City. Department of Transpartation and Public Works,
Environmental Division, (S 17) 392-6088.
2} TCEQ Notice of Change required if making changes or updates to NOI
3) Frovide erosion and sediment control in accordance with:
a) Sectson 31 25 QO
b) The Drawings
c) TXR150000 General Permit
d} SWPPP
e) TCEQ requirements
4) Once the project has been campleted and all the clos�aut requirements of
TCEQ have been me# a TCEQ Notice of Terminatian can be submitted.
a) Send copy to City Departnr�etat of Transpartation and Public Works,
Environmental Di�ision, (8I7) 392-6088.
40 1.5 SUBMITTALS
41
42
43
44
45
46
47
A. SWPPP
Submit in accordance with Section 01 33 Q0, except as stated herein.
a. Prior to the Precoz�siruction Meeting, submit a draft copy of SWPPF to the City
as follows:
1) 1 copy to the City Project Manager
a} City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FpRT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUIviEAfTS
Aevised July 1, 2U11
�
�
�
�
�
I
1
i
�
1
�
�
t
�
�
�I
I
�
�
�
015713-3
STORM WATER PbLLUTION PREVENTION
Page 3 of 3
1 B. Modified SWPPP
2 1. rfthe SWPP� is revised during construction, ;resubmit modified SWPPP to the City
—� —�ecardarie :
4 1.6 ACTI�N SUBMITTALS/INFORMATI�NAL SUBMITTALS [NOT USED]
5 L� CLOSEOUT SUBMITTALS �NOT USEDi
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 �"IELD [SITE] CONDITYONS [NOT US�D]
10 1.12 WARRANTY [NOT USED]
11 PART 2- PRODUCTS [NOT USED]
]2 PART 3 - C�XECUTION [NOT USED]
13 END OF SECTION
14
15
Revision Log
DATE NAME SUMMARY OF CHANGE
i
4�
CI1'Y OI' FdRT WORTH
STANDAiiD CONSTRUCTION SPECIFICATION DOCLIMENTS
Revised July 1, 2011
i
4
CTTY OF FORT WOR'I'H -
����k�� ��. ��A
E
01 58 13 - 1
TEMPQ[tARY PRO.TECT SIGNAGE
Page 1 of 3
i
� 1
� --
,
!
f
�
O
�
O
�
r
�
i
,
,
1
3 PARTI- GENERAL
4
5
6
7
S
9
10
li
12
13
14
l5
t6
17
i8
19
20
21
22
23
24
25
2b
SECTiON O1 5813
�E�gAi�4R�PRO.iECT SIvi 7"`'v�v�
1.1 SUMMARY
A. Section Inciudes:
1. Te�porary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specificaiian
1. None.
C. Related Speci#'icatian 5ections include, but are not necessarily limited ta:
1. Division a— Bidding Requirements, Contract Forms and Conditions of ihe Contract
2. Division 1— General Requiremenis
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Itetns bid.
No separate payment will be all�owed for tbis Xtern.
1.3 REFERENCES [NOT USED]
1.4 ADM�NISTRATIVE REQUIREM�NTS [NOT USED]
1.5 SUEMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUSNIITTALS [NOT USED]
1.7 CLQSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELYVERY, �TORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.I� WARRANTY [NOT USED]
�ART�- PRODUCTS
27 2.1 OWNER-FURN�SHED [oR� OWNER-SUPPLIEDPRODUCTS [NOT USED]
28 �.� EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 1. Provide free standing Projeci Designation Sign in accordance with City's Standard
31 Details for project signs.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECiFICATION AOCUMENTS
Revised July 1, 2011
V
l
015813-2
TCMPORARY PROJECT SIGNAGE
Page 2 of 3
1
2
�
4
S
B. Materials
1. 5ign
a. Gonstr-E►c�e sd, g�ade-A-C (exterior) or better-
2.3 ACCESSORiES [NOT USED]
�,.4 SOURCE QUALYTY CONTROL [NOT USED]
6 PART 3 - EXECUTYON
7
S
9
10
11
12
13
14
i5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
3.1 INSTALLERS �NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATI4N [NOT USED�
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents ofproject.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATYON [NOT USED]
3.6 R�-YNSTALLAT�ON [N�T USED]
3.7 F1�LD �ox] ,S�TE QUALITY CONTROL [NOT USEDJ
3.8 SYSTEM STARTUP [NOT USED]
3.4 ADJUSTING jNOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOiIT A�� iIVITIES [NQT USED]
3.12 PROTECTION (N�T US�D�
3.13 MA[NTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT US�Dj
END OF SECTION
C1TY OF FORT WORTH �
STANI}ARD CONSTRUCTI�I�I $PECIFIGATION DQCUivI��TTS � ' �
Revised luly 1, 2d11
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 vf 3
Rev. .
DATE NAME SUMMARY OF CHANGE
C1TY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATTON IIOCUMENTS
Ravised July 1, 2011
� .�
_ �
� '�
�
CITY OF FORT WOKTH
�"� G`1re�� nrm- d�16.i7
�
�
�
` � sECTroN oi �a ao
�
� PRODUCT REQUIREM�l�T�
�
� 3 PART1- GENERAL
01 6D 00 - 1
FRODUCT REQUIREMENTS
Page 1 of2
- 4 1.1 SUMMARY
t
� 5 A. Section IncIudes:
6 1. References for Product Requirements and City Standard Products List
� 7 B. Deviations from this City of Fort Worth Standard Specification
S 1. None.
� 9 C. Related Specification Sections include, but are not necessarily limited to:
� l0 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract
11 2. Division 1— General Requirements
� 12 1.� PRICE AND PAYMENT PROCEDURES [NOT USED]
l
l3 1.3 REFERENCES �NOT USED]
� 14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. A list of City approved products for use is located on Buzzsaw as follows:
� 16 1. Resources102 - Construction DocumentslStandard Products List
- 17 B. OnIy products specifically included on City's Standard Product Lis# in these Contract
18 Documents shall be allowed for use on the Project.
� i9 1. Any subsequently approved products wi11 only be allowed for use upon specific
� 20 approval by the City.
� 21 C. Any sgecific product requirements in the Contract Documents supersede similar
22 products included an the City's Standard Produ�t Lisi.
" 23 1. The City reserves the right to not allow products to be used for certain projects even
24 though tt►e product is listed on the City's Standard Product List.
� 25 D. Although a spe,.r� � � product is included on City's S#andard Product List, not all
' 26 products from th�� manufacturer are approved for use, includir�g but noi limited ta, that
� 27 manufacturer's standard product.
� 28 E. See Section O 1 33 00 for submittal requirements of Product Data included on City's
29 �tandard Product List.
k 30 1.5 SUBM�iTTALS [NOT USED]
� 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
� 32 1.'� CLOSEOUT SUBMITTALS [NOT USED]
�
� 33 1.$ MAYNTENANCE MATERIAL SUBMITTAL� [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
t CITY OF FORT WORTH - _
� STANDARD CONSTRUCTION SPECIF[CATION DdCUMEN'i5
Revised Decamber 20, 2012
k
i
�
ai6000-a
PRODUCT AEQUiREMENTS
Page 2 of 2
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 L11 F1ELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT IISED]
4 PART 2- PRODUCTS [N4T USED]
S PART 3- EXECUTION [NOT U�ED]
6 END OF SECTI�N
Revision Lpg
DATE NAME SUMMARY OF CHA.NGE
10/12/12 D. Johnson ivlodifed Location oFCity's Standard Product List
CITY OF FORT WORTH
STANDAAD COI�lSTRUCTIQN SPECIFICATION DQCUMENTS
Revised December 20, 2012
�
�
�
1
r
�
�
�
�
�
�
�
�
�
r
1
4166D0-1
PRODUCT STORAGE AND HAMDLING REQUIREMENTS
Page I of 4
1
L
SECTION Ql 66 00
T1Til�TITT!'�T C'�Tl1Tf A�G AAY�I� AA�ti.1V11J�11VCl��Qirt�'ZV1L�T�
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
I.I SLTMMARY
A. Section Inciudes:
1. Scheduling of produci delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements ar harsh environments
B. Deviations from this City of Fort Worth Standard Speciiication
l. None.
C. Related Specif cation Sections include, but are not necessarily limited io:
1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contract
2. Division 1— General Requirettxez�ts
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work assaciaied 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]
J.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [N4T USED]
1.9 QUA[,ITY ASSURANCE �N�T USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to al�ow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to vvait extended periads of time on the Site
for personnel or equipment to receive the delivery.
CITX OF FORT WOIiTH
STANDARD CONSTRUCTIOTT SPECIFICATION DOCiIMBNT5
R��E�a ruiy i, Zoi �
�
i
{
ai 66oa-2
PRQDUCT STOAAGE AMD HANDLItdG REQUIREMENTS
Page 2 of 4
1 4. Deliver praducts ar equipment in manufacturer's ariginal �broken cartons or other
2 containers designed and constructed to protect the contents from physical or
� envjxonmental damag�
4 5. Cleariy and fully mark and identify as to manufacturer, item and instalIation
5 location.
6 f. Provide manufacturer's instructions far storage and handling.
7
8
9
10
11
12
13
14
15
16
17
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
mar�ufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirernents of these Specifications.
2. Make necessary provisions for safe starage of materials and equipment.
a. Place loose soil materials and materials to be incorporated in#o Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
a11 times to a11 parts of Wark and to utility service company insta]]atians in
vicinify of Work.
18 3.
19
aa
21
22 4.
23
24 5.
25
26
Keep materials and equipment neatiy and campactly stored in locations that wilI
cause rninimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange starage to provide easy access for ir�spectiar�.
Restrict storage to areas availabie on construction site far storage of material and
equipment as shovvn an Drawings, or approved by City's Praject Representative.
Provide aff-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
27 6. Do not use lawns, grass plots or other private property for storage purposes without
28 written permission of owner or other person in possession or conirol of premises.
29 7. Store in manufacturers' unopened containers.
30 8. Neatly, safely and compactly stack materials deIivered and stored along line of
31 Work ta a�oid incon�enience and damage #o property awners and general public
32 ' and maintain at least 3 feet from fire hydrant.
33 �,� ). Keep public and private driveways and street crassings open.
34 10. Repair or replace damaged lawns, sidewalks, streets ar other improvements to
35 satisfaction of City's Project Representafiue.
36 a. Total length which rr�aterials may be distributed along route of construction at
37 one time is 1,ODO linear feet, unless otherwise approved in wrifing by Ciiy's
38 Froject Representative.
CITY OF FORT WOItTFI
STANDARD CONSTRUCTION SP�CIPICATIOid DOCiJIvIENTS
Revised July L, 20F 1
�
�
�
i
�
�
016600-3
PAOTJUCT STORAGE AND HANDLING REQUTAEMENTS
Page 3 of 4
1 I.I1 FIELD [SITE] CONDITIONS [NOT USED]
2 1.1� WARRANTY [NOT USED�
3 PART � - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5
6
7
8
9
10
11
12
13
I4
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
0
� 30
�
s
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT U,SED]
3.�4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.� FIELD [ox] SITE QUALITY CONTROL
A. Tests and Inspections
i. Inspect aII products or equipment delivered to the siie prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactary far use on the project.
3.$ SYSTEM STARTU� [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CL4SEOUT ACT[V[TIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accardance with manufaciurer's written directions.
B. Siore products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to e�ements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
ENn o� sECTroN
Cl'FY OF FORT WORTH
STANDARD GQNSTRUCTIQN SPECIFICATIpN DQCUMENTS
Ravised July 1, 2011
oi6soo-4
PRODUCT STORAGE AND HAT�DLING REQUIREMENTS
Page 4 of4
Revision Log
DATE NAME Si.JMMARY OF CHANGE
CITY OF FDRT WORTH
STAAiDARD CON3TRUCTIOAI SPECIFIGATIQSV DQGUMENTS
Revised July E , 2011
ot �o 00 - i
MOBILIZATIbN A]YD REMOBILIZATION
Page 1 of 4
� sECTxorr o� �o oa
� �VIO�IL-FZATION-A�'�FB�:E�bi^"TT 7`' ° T7^�T
3 PART1- GENERAL
4 11 SUMMARY
5 A. Sectian �ncludes:
6
7
8
9
10
11
12
13
14
15
I6
17
18
19
2Q
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�
2.
3
Mobilization and Demobilization
a. Mabilization
1} Transportatian of Contractor's personnel, eyuiprneni, and operaiing supplies
to the Site
2) Establishment oinecessary general facilities for the Contractor's operation
at the Site
3} Premiums paid for performance and payment bonds
4} Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relacatian of necessary gen�ral faciliiies for the Contractor's operaiion
from 1 location to another location on the Site.
b. Demobilization
1} Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of aIl buildings and/or other facilities assembled at the �ite for this
Contract
c. MobiIization and Demobilization do not include activities for specific items of
work that are for which payrnent is pravided clsawhere in the contract.
Aetr�abilization
a. Remobilization for Suspension of Work specifically required in the Coniract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies fram the Site including dis�_���embly ar temporarily sec�aring
equipment, supplies, arid other faci�'ti1�� as designated by the ContracY
Documenis necessary to suspend the •4 - ork.
b} Site Clean-up as designated in the Contract Documents
2) Remobilization
a} Transportation of Contractor's personrzel, equipnr�ent, and operating
supplies to the Site necessary to resume the Work.
b) Esiablishtr�ent of necessary general facilities for the Contractor's
operatian at the Site necessary to resume the Wark.
3) Na Pay�tnents will be made for:
a} Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b} Stand-by or idle time
c} Lost profits
MabiIizations and Demobilization for Miscellaneous P;rojects
a. Mobilization and Demobilization
CFTY OF FOKT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DpCUMENTS
Revised iVovember 22, 2016
ai �000-2
MOBILIZATION A1�iD R�MOBILIZATIO�I
Page 2 of 4
1
2
3
4
5
6
7
8
9
ra
11
12
13
14
15
16
17
18
1) Mobilizatian shall consist af the activities and cost on a Work Order basis
necessary for:
_a} T�tns�QriatiQn flf �ontractar�nersonnel,�quipm�nt,_and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractar's
operation at the Site far the issued Work Order
2} Demobilization shall consist of the activities and cast necessary for:
a} Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or o#her facilities asserribled at the Site for
each Work Oder
b. Mobilizatian and Demobilization do nat include activities for specific items of
work for which payment is provided elsewhere in the cantract.
4. Emergency Mobilizations and Demobiliza.tion far Miscellaneous Projects
a. A Mobilization %r Miscellaneous Projects when directed by the City and the
rnobilization accurs within 24 hours oithe issuance of the Wark Order.
19 B. Deviations from this City of Fort Worth Standard Specifcation
20 l. None.
21 C. Related Sp�ci�cation Sections includ�, but are not necessa�ily limited ta:
22 �. Division 0— Bidding Requirerrients, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 �RICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment [Consult City DepartmentlDivision for direction on if
26 Mobilization pay item to be inciuded or the item should be subsidiary. Include the
27 appropriate Section 1.2 A. 1.]
28 ' Mabilization and Demobilizatian
24 a. Measure
30 1) This Item is considered subsidiary to the various Items bid.
31 b. Payment
32 1) The wark performed and materials furnished in accordance with this Item
33 are subsidiary to the various Items bid and no other compensation wi11 be
34 allowed.
35
36
37
38
39
4a
41
42
43
44
45
46
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1} Measurement for this Item shall be per each remobilization perfartraed.
b. Payment
1} The work performed and materials furnished in accordance wzth this It�nn
and measured as provided under "Measurement" will be paid fQr at the unit
price per �ach "Speci�'ied R�mabilizatian" in accordaz�ce with Contract
Documen#s.
c. The price shall include:
1} Demobiiization as described in Section 11.A.2.a.1)
2) Remobilization as described in Saction 1.1.A.2.a.2)
CITY OF FORT WORTH
STANDARD CONSTRC]rCTi0I�1 SPECIF'ICATIOAI DOCiJMENTS
Revised November 22, 201 b
01 7000-3
MOBILIZATION AND REMOBILIZAT[ON
Page 3 of 4
1 d. No payments will be macle for standby, idle time, or �ost profits associated this
2 Item.
. R�xn:abilization for suspension oi Wor�asreq�ir�ty
4 a. Measurement and Fayment
5 1) This shall be sub�itted as a Contract Claim in accardance with Article 1 a
6 of Section 00 72 00.
7 2) No payments will be made for standby, idle time, ar lost profits associated
8 with this Item.
9
10
11
I2
13
1�
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Iiem shall be for each Mobilization and
De:mobilization required by the Contract Doc�ments
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "MeasuremenY' will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contrac#
Documents. Demabilization sha11 be considerec� subsidiary to mobiiization
and shall not be paid for separately.
c. The pric� shall incIude:
1) Mobilization as described in Section 1.1.A.3.a.1 }
2) Demobilization as described in Section 1.1.A.3.a.2)
d_ No payments wiIl be made for standby, idle time, or lost profiis associated this
Item.
5. Emergency Mobitizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shaII be for each Mobilizaiion and
Demobilization required by the Contract Documents
b. �'ayment
l) The Work performed and materials �urnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall b.e considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1} Mobilization as described in Sectian 11.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2}
d. No payments will be made for standby, idle time, ar lost profiits associated ihis
[tem.
39 1.3 REFERENCES �NOT USED]
40 1.4 ADMINISTRATIVE REQUIREMENTS [N4T U�ED]
41 1.5 SUBMITTALS [NOT USED]
�42 1.6 INFORMATlONAL SURMITTALS [NOT USED]
43 l.i CLOSEOUT SUBMITTALS [NOT USED]
44 1.8 MAINTENANCE MATER[AL SUBMITTALS [NOT USED]
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DQCUMEMTS
Revised 1Vovember 22, 2016
03 7000-4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1 1.9 QUALITY ASSi7RANCE [NOT USED]
2 110 DELIVERY, STORAGE, AND HANDLING rN4T U,S�D7
3 111 �'Y�LD �SITE] CONDITIONS �1VOT USED]
4 1.12 WARRANTY [NOT USED]
5 PART 2- PRODUCTS [NOT USED]
6 PART 3- EXECUTION �NOT USED]
7
8
END OF SECTION
Revision Log
DATE NAME Si.JMMARY OF CHANGE
11/22/1b Michael Owen 1.2 Price and Payment Procedures - Re�ised specificatio�, including btue text, to
make specifcation flexible for either subsidiary or paid bid item for Mobilization.
9
.�
CITY OF FORT WORTH -
STANDARD CONSTAUCTiON SPECTE'ICATION DOCUMEhlT'S
Revised November 22, 2016
�
�
�
�
�
�
�
�
�
!
1
�
�
�
�
Section 0� 7� �3.01 � A��achment �
S�r�ey St�kin� �t�ndards
February 2017
a
�
�
�
�
J:\160504�Specifications�Div 01-General Requirements\017123.16.01_Attachment A Survey Staking
Standards.docx
' Page 1 af 22
i
4
These procedures are intended to pro�ide a standard method for construction staking ser�ices
associated with the City of Fort Worth projects. These are not to be considered all inclusi�e, but only as
a�eneral �uideline. Forpra�cts on TXDOT ric�ht-o� waYor through jaint TXDOTpartiti�atian,
adherence to the TXDOT Survey Manua! shall be fallowed and if a discrepancy arises, the TXDOT
manual shal! prevarL (http:�/onlinernanuals.txdot.�o►+/txdotmanu�is/ess/ess.,Q,d�)
If you ha�e a unique circumstance, please consult witE� the praject manager, inspector, or sur�ey
department at 817-392-7925.
iable a� Cantents
I. City of Fart Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. 5ur�ey Eq�ipment, Contral, and batum Standards
V. Water 5taking
VI. Sanitary Sewer Staking
VII. Starm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
J:�160504�Specifications\Di� 01-General Requirements�017123.16.01_Attachment A_5u�vey Staking
Standards.docx
Page 2 of 22
�
N
�
�
�
t
,
i
;
i
;
a
�
�
F
f
�'
i
,
,
�
�
ti
�
4
�
r
�
�
Sur�ey Depariment Coniact_Information
— -Rl�s��a�-and-rnailing-address:
$$51 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
�onstruction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility
PROP05E� EXCAVATfON
ALL �ELECTRIC ANb CONQUITS
POTABLE WATER
GAS OR OIL
TELEPHONE/FIBER �PTIC
SURV�Y CONTROL POINTS, BEfVCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
SANITARY SEWER
IRRIGATIDN ANR RECIAIMED WATER
Color
W H1TE
� , :�
Y F I I�J ti�V
o�al�c,�
����x
`S��ri ��k
III. S�andard 5�aking Supplies
4
IEem Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard 5takes Not required
PK or Mag nails 1" long
Iron Rods (1/2" or greater diameterJ 18" lang
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers {feathersj 6" iong
Tacks (for marking hubsj 3/4" long
J:�160504\Specifications�Div 01-General Requirements�017123.16.D1 Attachment A_Survey Staking
Standards.docx
Page 3 of 22
�
�
IV. Sure�e � ui men� Con�ral and Datum Standards
A. City Benchmarlcs
All city benchmarks can be found here: htt : fortworthtexas. o� itsolutions GIS
Look for `Zaning Maps'. Under `tayers' , expand `Basemap Layers', and check an
`Ben�hmarks'.
B. Con�entional or Robotic Total Station Equipmer�t
f. A miroimum of a 1Q arc-second instrument is required.
il. A copy of the latest calibration report may be requested by the City at any time.
!t is recammended that an instrument be calibrated by certified technician at
least 1 occurrence e�ery 6 manths.
C. iVetworEc/V.R.S. and static GPS Equipment
1. It is critical that the surveyar �erify the correct horizontal and �ertica! datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced e�enfy apart and in �arying quadrants.
Additional field checks o� the horizontal and vertical acc�aracies shall be
completed and the City may ask for a capy of the caiibration report at any time.
II. Netwark GPS such as the WeStern Data Systems ar SmartNet systems may be
used for staking of property/R.O.W, forced-main water Iines, and rough-grade
only. No GPS staking for concrete, sanitarv,sewer, storm drain, final �rade, or
an thin that needs vertical radin with a toierance of 0.25' or less is
allowed.
D. Control Points Set
All contral points set shall be accam�anied by a lath with the appropriate
Northing, Easting, and Ele�ation (if applicable) of the point set. 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
t�e cap is marked 'control point' ar similar wording.
batasheets are required for all cantrol points set.
Datasheet should include:
A. Harizantal and Vertical batum used, Example: N.A.D.83, �iorth Central Zone
4202, NAVD 88 Ele�ations
8. Grid or ground distance. -- If ground, provide scale factor used and base
point coordinate, Example: C.S.�.=d.999125, Base point=Narth: 0, East-O
C. Geaid model used, Example: GEpfD12A
J:�16�504�Specifications\Di� O1-General Requirements�01 71 �3.16.01 Attachment A_Survey Staking
Standards.docx
Page 4 of 22
�
F E. Preferred Grid Datum
Afthough many plan sets can be in surface coordinates, the City's preferred grid datum
�� is listed below. Careful consideration must be taken to verify what datum eath project is
� in prior to I�eginning work. It is essential the surveyor be familiar with coordinate
transformations and how a g�id/surface/assumed coordinate system affect a project.
I Proiected Coordinate
System: NAD_1983_5tatePlane_Texas_North_Central_FlPS 4202_Feet
� Projection: Lambert_Conformal_Conic
} Fa l se_Easti ng: 196850D.00000000
False_Northing: fi561666.6fi666fi67
� Central Meridian: -98.50QOOQOfl
� Standard Parallel 1: 32.13333333
Standard Parallel 2: 33.966666fi7
j _ -
E Latitude_Of_Origin: 31.66666667
;
Linear Unit: Foot US
,
� Geographic Coordina#e System: GCS_North_American_1983
Daturr►: D North American 1983
.�
Prime Meridian: Greenwich
i Angular Unit: Degree
j�fote: r�egartiiess of wnat dat:;r: eac` pareicuiar pr�ject is m, aeliverans�s to ihe ��'ry
� nust be con�erted/translated into this preferred grid datum. 1 copy of the deliverable
,hould be in the project datum {whatever it may bej and 1 copy should �e in the NAD83,
`y �� ���,:��1� l.C'.•"'�..: � _�L 7r�.. i�....�...�'�,�ii'1..'.� �r .. .a�i..i.� .r..v1:��::�:C:.'! ��::vW
1
1
F. Preferred Deli�erable Format
�
� . .txt. .csv .dwg .job
; G. Preferred Data Format
��
P,N,E,�,D,N
� Point Number, Narthing, Easting, Elevatio�, Description, Notes (if applicable)
--3
H. Preferred File Naming Convention
7his is the preferred format: City Project Numb�r_Description_Datum.csv
�
Example for a prolect that has surface coordinates which must be translated:
r file 1: C1234 As-built of Water an Main Street Grid iVAD83 TXSP 4202.cs�
, - — —
J:\160504�5pecifications\Di� 01-General Requirements\017123.16.01 Attachment A_Survey Staking
, Standards.docx
� Page 5 of 22
I
�
I
�
file 2: C1234_As-built of Water on Main Street_Project Speeific Datum.ts�
�tt I_S�akes
J:\160504�5pecifications�Div Ol-GeneraE Requirements�017123.16.01_Aitachment A_Survey Staking
5tandards.docx
Page 6 of 22
�
i
�
a
6
F
1
i
,
�
�
1
�
�
�
�
�
�
S
�
8
�
�r.
a;
�
�
�
W
�
�
�
�
�
r� �E�
•� � y
—� � L
��F �?
� W �—
�
i"_ �' ` .
� ��} i.l
,-� i.,f '
��_ � e .
f
� 'j [� � � EL. _ � 00. �[
!-- ------ - --- ------------- ---_ __ __ _.
+—� lil
. . F I �
. 1 � ' Y-�
y �s -
� � . �,J �i
� . - �- �
i__"' ' � �
� �_� __ _ �.
� ' � �. � �
` i: � rr
' ' �. ° .:
— i�3 - �' �'�
.- —� ' { , . -
; F ,' ; - j 1` _�
r
� .� � - �� , �:; ' 4
t: - fib '''
. � �� ." .7
�.�
�,i ' ��� � M1 l�l=!����. �� �=��C�►►[�. ��? ;' ' � � � � �
. � .-
' ,.� �
1
��,
,� ��
!!. V�la�er S�aking S�andards
J:\160504\Specifications\Div 01-General Requirements�017123.16.01_Attachment A_Sur�ey 5talcing
Standards.docx
Page 7 of 22
�
A. Centerline Staking -- Straight Line Tangen�s
I. Offset lath/stakes e�ery 2QQ' on e�en stations
J1� Painted blue lath/stake�nly,_no hub .is. r.�quir_esl_.
III. GracEe is to top o# pipe (T/P) for 12" diameter pipes or smaEler
IV. Grade to flow line (F/L] far 16" and larger diarrteter pipes
V. Grade should be 3.50' be{aw the propased tap of curb line far 1Q" and smaEler
diameter pipes
VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger
diameier pipes
Vll. Cut Sheets are required on all staking and a copy can he recei�ed from the
s€ar�ey superintendent
Optronal: Actua! stakes sha11 consist of a 6DD nai! or hub set with a whrsker
B. Centerl�ne 5taking - Curves
I. !f arc length is greater than 100', POC (Point of Cur�ature) pffset stakes should
be set at a 25' inter�al
f I. Same grading guidelines as abo�e
III. 5taking of radius points of g�-eater than 100' rnay be omitted
C. Water Meter 8oxes
I. 7.U' perpendicular offset is preferred to ihe cent�r af the box
I1. Center of the meter should 6e 3.0' behind t�e proposed face of turb
Ilf. Meter should be staked a minimum of 4.5' away from the edge of a dri�eway
IV. Grade is to top of box and should be +0.06' higher than the proposed top a�
curb unless shown atherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3A' behind propased face of curb
I1. 5urvey offset stake should be 7.0' from the center and perpendicular ta the curb
line or water main
III. Grade of hydrants should be +Q.30 higher than the adjacent top of curh
E.. Water Val�es & Vaults
I. Offsets should be perpendicular ta the proposed water main
II. R!M grades should only be pro�ided if on plans
�xample 1Nater Stakes
J:�160504�SpecificationS�Div 01-General Requirements�01 71 23.16.01_Attachment A_Sur�ey Stak9ng
Standards.docx
Page 8 of 22
�
�
t
�
�
.�
t�
, 4' -
�� �
�
� +
J t
5
� �� �
� } 'a
� �r � :�
�
�� Tl
�� �
.., �.,
���.� �
� 6 - - ... � .._.._._..._...� ,�...�
� .� f 7' `�f� � �f� 14� .�r��: �r[r� :� � G-3.�;� �r
� � � Li�
� W �
� ,
fI] � r s � � �4
� = �i' �ri
�,� I�,
.� F � 'S �
� _�,��Ly �
t = I�
i"` � �'' 6 �' ,
Z y I `� 1-� ' � �`-
� s � �. �,.
�7 � . W. ��
�� � 7' Q/� � W/� .� W I sra=�+��.�ti�� c-3_s� �
� � _ _� � ._._
LL �� � �
� �
� �
� n � �'
� � � � tat� E7..— �AI.t6' . . �
� � .
w ��8
I v �
'--+ � L- 5
�
�
_�
i
�
�
!
�, � �
��� J
• � I
F� L
,��
IF� t
�
r.
�z� � 4
n
- 'F � '
��"�'tF _ Y ' � �4 � r .
V7" .� 33 Q �. A'
�"---� � ',,� ���il � � ' .
� f �r � C. ' �
� � _. __ �` - .. --'— _- ��c — r _ _ —
� � � �� �/��� W f� , r,,,�s�eJ�[��'� "� ��; i � a.�,�
(� f
LL � -
� � �
� j � �
h—J �� u '
n � �
�.
IJ ri �
� � �' h_..ho!s� =�r-,ti—LC.w"� � _ .
L'Q � � �.
!!I. Sanifary Sevv�r 5takin�
'[. *L
_I �
=r_ �I
I Y 'l
' �
, .
li}.. ��r
.� _ 1
p��
H 0
P
.i� �
L �
I �ti� � §
_'3{Y �
` 3#
� �}
: �� �
Y, y'l �1
4 F -`:
-Gij_.
-w j�
- .S �.
J:�1605D4�Specifications\Div 01-General Requirements�01. 7123.16.01_Attachment A_5urvey 5taking
Standards.docx
Page 9 of 22
�
A. Center�ine Staking — Straight Line Tangents
I. � In�erts shall be field �erified and compared against the plans 6efore staking
JL PaintPrl grPPn Iarh,CsTafc.e.WITH hub_anr�_iack.or m�Qr t_ np fla����n� rea��.���d_
III. 1 offset stake between manhole5 i� manholes are 400' or less apart
1V. �ffset stakes should be located at e�en distances and perpendicular to the
tenterline
V. Grades wili be per plan and the date af the plans used should be noted
VI. If multiple lines are at one manhole, each line shall ha�e a cut/fill ar�d directian
noted
VII. Stakes at every grade break
Vill. Cut sheets are required on ail staking
Optional: Actua! stakes shal! cor�sist of a 60D r�ai1 or hub set with a whisker
B. Centerline 5taking —Cur�es
I. If arc length is greater than 100', P�C (Point of Cur�at�are} offset stakes should
be set at a 25' inter�al
II. Staking of radius paints of greater than 100' may be omitted
C. Sanitary Sewer Manholes
I. z offset stakes per manhole for the purpose af pro�iding alignment to the
contractor
II. Flowfine grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
J:�ab050�#�Specifications\Div 01-General Requirements�017123.1f.01_Attachment A_Survey Staking
Standards.docx
Page 10 of 22
�
�
�
�
ti
3
a
�
�
�
�
�
�
�
�
�xample Sanitary Se�er 5takes
- - t;=;�� - -
�� �.} ,.
���
��� w_'t
. � -a
. t :44 y1
t_ =� �x% "�
,� ���'� ,
f � � ��� �
II"� i i� ' v
�* � ,.�� �a �
� = �_ �
— �
-{�—,��+ � �r ��� �. ����� ��A=3t�� � �� e_d� �L�= C—��IL� �—� .,
,,: LL W . ..... . � S 5
, , � o � '�y M1 �
' s , C!'Y � r
�— � �� 7 � � �� , s'�: ' ,q ,� � ' �
t
� � �:,� � . ,a��£.�
���'�14"'G%3i rG ti5�7cl1 �.k,.l�.11��l�:7 C-5� II4� r;_3"h � T4* �`�' k���F
� � � 'W
i,..� �-. � y { �
L_�._ � �' � "
W ., �:� �
� � � .7
� ` c� _
41'�y � � . ' _
'� � C_3 �T
e zf,j i*� �` �%$ �` $$ I��A=it@5�# II � Pr��
� !. k7
l �
. ; ' � �
�� ~ j'f4 f
}' �y�. f '
y� �
�� � � �
1S• � �
1 5e �
4 �
. � � �� �
I � i � � � g� Y '�
�� � � �� 1 � Q i ��
�k � '! _ ��
i � � { �FS r ..
�� _ ¢ yy� d� � ;� � „��,
,� � 1: f_ 1�� � 4L � t �� La� M W f_ �
� �� � � � - - � ,�r =� �� �� � F� � I� �i��:
C9 - ° � � � `,�. , .
� � =t�-` :� � c. �t `r � v �1 � J;1., 1 'sy
� �� +� �f'h �` � �i%Gl.'�i�i7% �Zr'��' � F�.-S� �. f+,1 � �I ���
� � . - . ��- ���� - . .�����_ ,�� ._ aY ,
��
� �;�-�� ���
� ��� �
�- `"� ��
�
�� ..
� � '� t ' Ci�s � s3 �� � ,� a ;� � c-e� � �� e��� � c_o+� i �` ��
�4 - � � ��
� � ,T � �
� �� i -c � ti
� �0 �
•�y' �;.
1' ,- '� �
�' 4
f -
, �Y
_�
.;,'
-�.�u
Y
'i 1
_ �
rt F_
�
ti}Ir
. �f
��
� , L
_ i _ �
={ ,
-._� _,,. �
J:�160504�5pecifications�Div p1-General Requirements\017123.16.01_Attachment A_Survey Staking
Standards.docx
Page 11 of 22
VII. Storm 5e�ver & Inle� S�a�in
,A.. . Center_lipe_Siadcing —5traiahr� i in� rangents
!. 1 offset s#ake e�ery 20D' on e�en stations
II. Grades are to flowline of pipe unless atherwise shown on plans
IIl. Stakes at e�ery grade break
IV. Cut 5heets are requirec! on all staking
Optional: Actual stakes shall consist of a SOD nar! or hub set wrth a whisker
B. Cenfierline Staking — Cur�es
I. If arc length is greater than 1Q0', P�C {Poir�t of Cur�ature) offset stakes should
be set at a 25' inter�al
II. Staking of radius poin#s of greater than 100' may be or�ittec!
C. 5#orm Drain Inlets
I. 5taking distances should be measured from end af wing
II. Standard 10' Infet = 16.Op' total length
111. ReCesSed 1U' Inlet = 20.00' total length
IV. Standard double 10' inlet = 26.67' total length
V. Recessed double ifl' inlet = 30.67' total length
D. Storm Drain IVlanholes
I. 2 offset stakes per manhale far the purpose of providing alignment to the
cantrattor
II. Flowline grade shauld he on the lath/stake for each flowline and cEirection noted
III. itlM grade should only be on the stake when pra�ided in the plans
J:�160504�5pe�ifiCations�Div 61-General Requirements�01 7123.15.01 Attachment A_Sur�ey Staking
5tandards.docx
Page 12 of 22
i
�
�
i
�
,
i
�
F
�
�
�
,
�
j
�
i
�
�
i
�
- �
J
�
�
f
i
i
I
�xample S�orm Inle� S�akes
C- � C� �li� --- ��
�si�E ��cir�c �� (si�� F��ir�� �)
�
� -
� �
� _ _ ____— _.. _' �- —L�
� �fTl
'IS �
� �
7 I�
rn
BACI4 � BR�I� �
{'�'�,7i �`kpM:�A.RW.] [� {��7EFkI7NC�H.QW.j'
iLd'h�IFlES4�'�ICff + �� bFxl'7FE�'S�CFI
I.•�ii f��ll I'� � c?JD 0� �HE MlM�x � r.�ni r I��� lh13 OF' Tt� YA�G
i.�e � 4EUYu STAk&@ � �.� 6!]N6 Sif*Kkf3
� 5 �
��'� � ��� �
i.� �n�.nrn � � INi • i��Ynrr4ry ���i� e`-'Vavna �q �
+' i�G Mti��a a�w w�aas) .��' �
. �{
=� ---�
'T ' ¢4i ftfi'� {�IAOE �/�
, i�� ,.-, rx' ,,� i� Wri
� ^
� �� �
---,__..-.�-•- —
�._,_—____ r.�1 � �R�.E �
_ 4 r� i�.��1�
L �%
� I
� �I
� *`
_-- — nI�CQN .CF �c F[�R �Ai�PS _ �—
— - --�-...M....._ sr�r+�aRa yo� � ia� z
RFCFSSEC+ ttl' � '1[1'
STAN6PR0 OIXISCE i0� � i5.5'Y
iiECES5E6 UOUBLE 10` � 3�4.SY
.,���� �sli� tr.' t-�------------�---------.._._._.._......_.........,..,...,,... _. -�
� � ...
F
DAf1f CF IMLE7" rf
. � .
�. y, . • ,y��. :.. y"""• .' �'• - 3'. y� .
anE
"_ �_ 4f
; a�
. 3TrSiA-ECHi �r t
- . `�"'
_ � � _� �
H 4
...... �.......�. _.._. _..... _..... -..». �-..- - . � _ �.�L � ���� _.... _....
"S:��a -�Y �'4. � '�, _ -N�" .�,a.m - •� 1 "
. � � y _ .. � . _ ; . . . . . • _ _ "
--- �,dti� �� �r.�+SE atu�'f �.� sl a;�s -- s[�rira.�� ---
� � Elrr ��=1.V�;7�lR'� �St� � Pe�a�i: � �E4.� �I.t �i�9r�5��4 �ffiI'S� � �h°�kY,�EI"_._..»....
J:\164504�Specifications�Div 01-General Requirements�0173. 23.16.01 Attachment A Survey Staking
5tandards.docx
Page 13 of 22
!lIIL CurE� and Cutter S�akin�
A. ...CenteXlinaStaking —Str_aiRht i in� ran�a�t5
V. 1 offset stake e�ery 50' an even stations
VI. Grades are to top of curb unless otherwise sf�own on pians
VIl. Stakes at e�ery grade brealc
VIII. Cut sheets are required an al! staking
Opfional: A�tua! stakes sha!! consist af a 60D nail or hu6 se� with p uvhisker
B. Centerline Staking — Cur�es
III. ff arc length is greater than 1Qp', PQC (Point of Cur�ature) offset stakes should
be set at a 25' inter�al
IV. 5taking of radius paints of greater than 100' may be omitted
J:�160504�Specifications�Qi� 01-General Requirer�ents�01 71 23.16.01 Attachment A_5urvey Staking
5tandards.docx
Page 14 of 22
�xample Curb � G���er S�akes
FRDNT
{��r�� ��ci�uc �.)
�
a FROI�T , , _
FR �i N T � {SD� Fbc�� �, .
a;c FR O.NT � �
�51QE F,AClNG �� F,,w':urr� �ir���;inn � � �SIL1E FACINC �� � f
o �
'o_ � � � ;.�Fr�1� �
� r �'
BACK � � � �� �
iuq1!lr�[ =. �fF 5� i i3 n,
(s�o� x.S�JNG Fl.O,w,} �' r•�:, <<�`r'�•:�,-x ;va1 0 `� �k
�. Y � �
w # � iK l i i 1
��'iiii y �3� n � � � 1If 1
— t f =� � i I I
��'}' -' w i"�'" f f _ _—l.._..� b k � � �
p� 4SJtii "� . ... - � � � �
�����lF�ir.�'r.rit,�i " , r�nc�r,�t���
�; � �4+wm# ra�ir� � '� _��'. — � � � �
�' � � x +._�,__._�__._ � I �
� fl I �
- - - __�__� =.�:.� � �-_; -: �
_.�_ .._.__�_.__ _� __�_ _. ._ �---- ; r r r �
� �� f f �
a^�._ :
�q�,�..w I / � � i
�o� / t f 1 �
-!c'�-.� / / � �
� �
' _..�=—"+,�'�� r s� �} }� }
__.v--J-L� `•�k�, ���� f f C
. �r y,1 �' / f j
���_�� s� { J r
--_-��•-�"— I{�� � ti.��.'� _ �:�__� rvr� �f.
.��'�T�� �� y�� '� _ �� �-r_ IY!c+ ��:/�'
� f.� � Ny� �
�5�� s." � _ "'`-'"" y,"
�
BAL�t �F �Ei� �"` .- '-�- .�f �' _ y. ;
�����r _ �,-���?�
�-�� y'y��� 'Y
.= �f" � �LF�a? : : "r �i� ��4"
r � � : p� �
—�_a.--- y€�
��.�" n� ��
c�4;E � :'�'V'�3:i�q�. }
�xample Curb �c G�aite� Siakes ai Intersect�dn
�
J:�160504�Specifications\Div 01-General Requirements�017123.16.01_Attachment A_Sur+rey Staking
Standards.docx
Page 15 af 22
a
� �*�
. � � ���`�
f1 � � F� .
� �/ L`' IR' {:��m-�x1�.-��.tY-i� � �t4�
w
� �
; �� I
�o- � �+ ,
w - � — — -
'] y; k'
l.�3�lii �
N
O
-{
�
T
�_
7
�
�_ _ _ _
�
4
;�
W
$
{i
�
— 4� �
��r
. �r[ i. •
i"'}= .
_ i r
I�
��
I�
�
^r k
'I — , � � .�,
, ' d
`u � { ¢'�"'�
2 i y�
C
__{i _r
waH
.F; } "I C ..
41 �
�� �
YS �
%
4��� ,�
� �}.f� 4y.F! w
i�` ' QF�.i
4 %Y` ��
� •� F� }'V
{}� �6 +,
31}�.l I +I
; . I
r I r;riM_�_e� .V�I . I�. .
� ' I
—�— 1�IR7 � 4'4Y11
�4 .
T ��QS
���+�J �
' yiI�•��
.L .S R
�
�� � �Q
�` '
- � 3=�IAli�] aYil J: '
sy'4� T I I r
—i�S � i
G1�;� y Z
� Yi
�Y �
v��� �
_ , - � C �
_ '+ { _
.� �=4 �
=� �f i
I .+ }
.y.
z Y. � K�
. ._. _• ����
. _ v �4 _
" _ $ h.
_ `
"��
�
i� #
J:�160504�Specifications\Di� 01-General ftequirements�Q1 71 23.16.01_Attachment A_Survey 5taking
5tandards.docx
Page �.6 of �2
#
�
,
�
�
l
3
,
s
S
�
�
�
�
F
i
i
�
�`
{
t
�
,
;
�
�
C
I
IX. Cut Sheeis
A. Date of fieid work
B. �a�ngTllfetFio , tota stat�on
C. Project Name
D. City Project Number (Example: Ca1234j
E. Location (Address, cross s�r�ets, GPS coordinate)
F. Survey company name
G. Crew chief name
hf. A b[ank template can be obtained €ram the su�vey superintendent (see item I above)
Standard �ii� �ui Sheei
City Project
Date: Number:
PPoject Name: _
0 TOTAL
Staking �ir'rethod: ❑ GPS STATIDN ❑ OTHER
LOCATlO�:
COV�SU L7AN71CO�ITRACTOR
SURV�Y CR�IN I�ITIALS
ALL GRADES AR� YO �LOWLIME OR TDP OF CiJ�B L1PdLE5S OTHERWISE NOTE�.
PT # STATION OFFSET DESCRIPiION PROP. STAKED „ CUT + F1LL
-LTI-�RT GRADE �LEV.
J:\1605Q4\Specifications\Di� 01-General Requirements\017123.16.01_Atta�hment A_Survey 5taking
Standards.docx
Page 17 of 22
�
X. As�built Surde�
A. Definition and Purpose
The purpose of an as-built sur�ey is ta �erify the asset wa5 instalfed in the proper location
and grade. Furthermore, the informatian gathered will be used to supplement the City's G!S
data and must be in the proper format when submEtted. See section !V.
As-built sur�ey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizonta! and vertica! points of rnflection, curvature, etc. (A!1 FittingsJ
Cathodic protection tesrstations
Sampling stations
Meter baxes/vaults (A!! sizes)
Fire lrr�es
Fire hydrants
Gate valves (rim and top of nutJ
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipeJ
Blow off valves (Manhale rim pnd valve 1id)
Pressure plane valves
Cleanrng wyes
Clean outs
Casrng prpe (each end j
lnverts af pipes
Tur6o Me�ers �
`��
J:��Fi0504�Specifications�Div 01-General Requirements�017123.16.�1_Attachment A_Survey 5taking
5tandards.docx
Page 18 of 22
,
0
I
i
f
. B. Example Deli�erable
� A hand written red line by t�e fieid surveyor is acceptable in most cases. 7his should be
a capy af the plans with the paint number noted by each asset. If the asset is rrtissing,
. then the sur�eyor shouid write "NO� FO[!ND" to r�otify the City.
�
�
i.
9
�
�
�
�
�
�
�
�
�
�
1
J:�160504�Spe�ifications�Di� 01-General Requirements�017123.16.p1 Attachment A_Survey 5taking
Standards.docx
� Page 19.of 22
�
� I
�i :
�' �
�� �
ii! `�� I� � ;I„�
P� ., ,j I3'-
4�l� � �`i_#• 'i�
�II i: " i -t'' � K
j3� g ���2��� I I''.
, �E: �;:i�;�;��;�;��;1�; ��,;R,
r ;� -- � ;,,,.,;:+.� ��
,r ; �,�; , �,.,� .�
� ±
�C�?4+ +4,��� ' " ,`,�� la�i
;.�f� � � �I�`' �;
-- ' ! 4 '- i ����.�if.::
----��-- —' , -� —
-- '- . a+Si-tiiS i1F1 r'nyA - --
�r� �I f"� �..
. ���. � I 1 _ .
�
-- --�.� ,;--- --�- _ ti_
.. ��:-- � —�� � ._
� _
. . ..� :. �f__ -� —
— � --, � ]�— . .— ��-
� � �---�� -- --.-- _ . , =� I
� � -- ..
,� .�� � _-_ �
. . . - �� ::--- _-�_ ,
� . -�� . �- . � - __ -
ti i r! i.
�'� � M �� �
��� �� �
'� � � ` .� �
r., � �i� � h� �i '�y.��"�
i •• 1 �f � �5! �:lkJl!� k�
� r,�F�. �rF13.tx _
'� .� "{ ti- �:J�' � �
��IfiJM1I, � ��};_�� ��''� .���I�����
;�k I ; ; ;I � - , �#
, ��
, j *+i'' �
� �_: ,
, � ; :� �'� ,
� ' � - �' � �
�,; 'i� �, ;
� � ,i� 1 {�� .
�� � t �
��� � � � � � �
_ , ' S I'
"� . � dx�:l
: d �r�
''{� 'I 4�
�� � I I �fs
' �.I .
�.Y�i;,��{�~!i .. I . �
.�!��" �i ' '
,'-'`�f., — �� - _i --�' Kj_.�
�� i I , � ' �f��;
,r �F, _����.'i 5�'� � . -�i �-
�' •
�{_' . �. --� i
,�. � • �
—rf..�. = — ' �;�s �.-�
,i�+: . f,'S - —' � �#��7? �}S
�I . : �.'S :x f,�� '�1 i�7r ,� {
�� ��"i�i. � ,� � li4!]�'�� ' 'a
' i—' � —r.� ' -�i � q� a `��.[i�" �I'
'^I {+ * � 1 � ��f•�ry � * #/ �
`�1�4 ,l,:i1; � ' ' � :1�� , ,
L
�_ —
.,, ��� ` i � _ C
t'� I � _ ' _— F-� . �� xf.i
,�� ;
� � � + .
� -� . ��f_
{rf f' Y�
:1 _R.f�� ' �
�� --�
�
i �f± . .
_ -�F-� �� _�
-_�� _ �----'.
_ - � - . _--a� � � ,�:.. �
.. — - — ��tJ �. ' '.
.--.``;T:� ...-'�:' = � ---
..=_�s ----.-�-���� _ r
-_-- .r-.wt�—'F � _
1_;_��� �• t:=��� ._ .
'�` �-�--N`�� "' � J —' ' � .� � I
'--- ---- — I
. y F i' Y
J:�160504�5pecifications�Div 01-General Requirements�017123.16.01_Attachment A_5urvey 5taking
Standards.docx
Page 20 of 22
m
j
�
t
r
's
}
�
�
1
f
1
�
,
!
i
F
�
f
�
!
f
�
+
�
�
i
r
i
�
�
S7A4'+�� fLlff �1fF[.V�MAfL� +1�4�4'J7J - lYh4 �r�a�dL� //��
.STAP'�.0f1^lL�NLlF.[tXO.A9f �.+,rxua • sxar'xa srr. (( ,,
�c�a.��v,�f7t { _ o;sf� MNYC a Rfi7.�r _ =�
fS�d'AY��: r 7i� # i1'.T_ f�' 4'X'E77 .�w�^
[SLG
nP7,u',:, rr,`•a.e, 5yzn_� SYAR;�tD.�-�!P'iil ,ar
�=frx �: r�"c�w , �r,r ���� t�,�r;+t�
FIi43�h� l,YLolt YJLV�' 1-FP�'Yc"RT:E.T��k?� }l;��rPIfS^v�li
p�A.�'CLE+11v�'3 A,p �
,y�rcve5.l1 �ru.,ro .xas, . x.vs�au.+�:�+ss 1,vsc� .
�.,q�s3244roz `.,�lf*�c�!+r.�r.w � y� P�'Y.StI'G � r�rr a�r+R}1 r�r
_-_ ,�,�� r�drt wxv�'rt
� r� f'Nc 1�FerWxr�,
� 1i�1` yr� �� �c �� Sp� Ne.F' �h�lkGiv► IE:AB
� '� � �j" �^�,, rrrwrF vrlv�
�:.n �,' � �. nwwrx��2as
� � - „"y - -. i ��' '� �?akw� L,i �.�.e3se
-k,�':� . �,�� �� �'��� ' �T�J I y'�Yh'!� s� } �+� tf? 1
~ ��i4 �� / ti f _� %} ����yAr %�i �i,- �.� RUCQ.::b4JN,FW1?oM3
�1,� 'Il'�' � �o rJ y,yry , iY�C� �W.FI�fIIdtl'.:;.�dnA
� 1n 8�n.
{ ` l } �{� x L'+f$�4tllfddiLq
� $ �� -' , '• � �,ql' E�R'lSiPiA7 F
_ � �:4� � �rF� : yr � 111 F.�fP�:72�57 _ I
IiiF �r ��� � rrw,� �ry � � r
, � �r....��.�.A r F-.�, �'�* ��
+� it-- +.-Y (y ry M1 �{ ( ` I
�. � . ir x. fi ± 14 ,..�a
lfP_1'P!c �G6T. � ' F �� - • � • _ �acm
�2WfTFR � � � : : ' r ��. � �7----� —'�--"""-�''.ai---
rr��� • r� ' ���.� �.•� .y,�
•rar� ''.',�� �c. / 'k� 1�.... _ ��w
.i'd4R19i1kf0 �`� �� . � ��" r214 - �.-- - - ._- .� .� ---�'""""""�
fR�S-.'�Llef� � 5,` ,f ' �. �..-- _:�_.__..,— _ _�, -- ,� : r •+""�
{iII�. 1�6� �� � - i.r.:— • _ � � � -
� � � -�- -_c:tJ,.,L.cl.:I'L� w { -- _ : -
' ,e� - . 12'4i'Ai�R � � � � ..e�
(���,� �� __� - __ _ _ � Y _ � ' i�3i� �: sss--=" ...�'$.
�� , ��'� ,� �-- — _ —f
�
� ' � � ��'ls�:AX e- r-av'-.�. e
� v.�-..-
S70.l7P�+A7 •� 1� VGL OKLG�'II OY] S7'd 0'r7.5.t ^ 2Y �+'A �S0.A7 - rl� -
!DP
Rsr'xc� r�7`aG tssf`rtt-
w� mtsr� s�re �rr� .�vraoa:s�n r-�rssv.�r ,�
3i lF GF 1%I!'�F'J4 P•'?� '• �� r.-�ilt�52.% �3
P7Y11�C± Ttl F_f.3T. R� d�VF,li 1 ��F�] C•2Z��rg3J'O
R�719S.._^�l9 �
F.^2�G3L«:� �
_.-- . . — —
= i -- _ _-" - - — _ -- - _ — ----- - — - �
— � ' :'-- . = — -- ------- ' - -- - -
- --._ � ��: _ --- ��� _ '�_ i
. .
—._ . . = — :
_:: _- � _ _ ; ._.:.._— _—_--- - � -- - - — ' ��
-- - ±--�. _ _
� �' ' — _/ � ~' �---_
�! �'~ r �� '�_ .�ti — . ' � ` __'�__„„,..�„..,� y� �
��� f � F' �{�#¢ � '+{ r •{' J • 5 �� �` " 1 �• I ` -____"_...�.-...rw�
;� � %
� � �� �'���//.N '� } ; �'�: f" l�t�'Q�i ���
�� ' � �: p � ' '. ��' �J��IiT/t�/ �
,. -;��°, �e � s,xs+� �"�= �• - SEE SN�,�
f:„ _ , , ��s►:e+uL vnw� .�' .; •
y � �sr� a�Qm - ��tix .� f r� � �
r+r�TA[t� rnr a �, -.
FP£'�SSN1`7F7':Elt'!!1! esra.nc-����:crbr��:, � �'��
, � A�fIlJ:4�+y -,�;�:rrerr
J:�160504\5pecifications\Div 01-Generai Requirements�017123.1&.41_Attachrrtent A_Survey Staking
Standards.docx
Page 21 of 22
4
�
^ , � ` '� — , - � _� �4 �e
��t-�i �.- .fi .�
:r�� } "�� �
� :�r � ��.� � � � .
� � a
� ' i i�� � �j F � � �
-� � I E
� � { � I
i t�i�#�.:_� � �� �# � _� {;
, #,
• �i� _ ,4� + $ I��• � r-%,j d � 1 s•r�
L•� I" � F=•*'� k�'i il 1����?'+et`!
_�� � --�y
� � I i �� � _� ;` I �j'
e� � I
� � !� �
� II �. � �s�.�yFi1�4�"k� �__
� �� � _ " �--._ ,�:;p :
�t. ,•� q l —='?�:1:_ - �3: , I ,, r�
F �«��� �. =t i��:j;.;�� F,
,il�! F � JF�}ij,��-".';+tl �3��1 �
�� �r � ' 4 � �•� �'� :���I �. �.
�+'+ ��,� � , , .-;. ��� � � I �.
I� ,�4I14��� I, i I+ � I t���.11��°
I �_ �t � � h � . 'J }..
i- .
� r 3Hn SS-dp�y U;�a ?�. r+rr. �d7J7lf �� .^� -� � �ahy�2i`Y`- �WF- --� - ----� .
' -- _�� ��_�--- ^� _; __ ._� + r 'I .._ �: .
� �� � _ii
'��5 � � + i� � • I
� il --- r= f i . ��i I,1 �'} a��.._- '- ' - - - : ..1* r� - :��i�' _ '
��� �.-� J 4 " -- -----' — — �4 � - -. .,.
:r � . . —��-- ��'k - . ._.
I �I — I �� _ — i� i � �� " �� �? _��� �.� � - —�,. ��� _ — „
, �i i f ! :-1I � Y — — - 4� �
1 - t � ii� �" F � '� _ ' _ ''i , - - � � � �� -
� � � � � �,JI I � .��r�i �� � .�
, «�.. _ _ ...' --�� �, i � -� �.'= �.
-- --} � i II.! 'St�-�i"�41� J�� . ::s���--:- � �3�i6i1�3.:�
#y i E �I �� , i���'M�.��}l� w,R = - -- _: � � r '�; '`*"�"
i� I�#� � . � �� + .1 - _, .
' �i I I� i-� � � . . - ���-_— , �'
�. }, s}�-- • - - - :. . f r � '-- - -- --'
; r
� - _,�� p�_.
' I` � I � + � ra, }� - - - _ . .�..� . - - - - -
, I f +� -'��.- R #�
� � � ' , — �� -- ; �
� � �. i h ti ,
.�� .,i I I� �t � . — --� _'l;'
�� I r . .. _ . ... � _.� ..
� k: �.". � �; +' fr ' —
�' � � � ' ME y ' — — . i. . J}r
., ��I � i �_,—�J � 11 � . _ ---_ = - - — F- .If —
I
�c� � .'� � I _ ; i� �'J •� ;�,4 ._ _ �— -.-_ --- -- �I� � ., ,
4: I — .. . i �}
�.. I � ��� '�.+' I � 4!i � I } r'7 rv� � — — - _ "iI +�� .
j , _ _� � � v �a r - -1 ��'� � --'wm'
� �.
� � � �I LL� . .. _ — —��— �. +` � . . .
� '.'— ' _
j€a� ' � ,�
� � � �'��'�� {.,� �'i'-�-�� _ �.�,
'� - . � �F I i
. '2- � �_
r �� �''. i F'�+I
���, i ,} ,. . .:����#��.
� . �. - '�:� .i�.
; ,�r
��'��� ' �f .
� a, � �+t , .ti ��y��F �
, : ��k;� `�, ��� �_ .; � ���� �
�� ��-,,: �
i, .._ �,:�'.��;t_ . ` �� 9. � ]�� r. ,� r
y. �y+� .
��_ . ..
i
,! -- _ _�— � — ' � ��y . _ _,. ..
, — r �-- ,t,=
�.: +r �.1'7 ��--
_ rr1� y� +� . F� � F�weri
+r �— �'�y►- - •
— . .�_ �r � � �+ � � ,
_ " _J . —� F h ;
"- :_ =��- :� -_`��
_-�=_-��=..._ _--_
r ; - � t ��'r �
Standards.docx
Page 22 of 23
J
euc zs
!Dl P
SlDS Cl;!� Ri N.FMI?a1n
1(fi 3 � I �
ifi �
IIm�l2�l.IIFrti4Cld. ��r
�! Jmnb K
'W/.'�]#lf
f5/:;7�JN SE➢PER
SEFM�CE NY UENMJMli
*c vc+n
' AYTO�►k� RD. W _ � � � �
�,� ,� --� �,,, � � . �` --�
- _ /!,w ': n� z�ru
�� - ���.---�_,�_ ,r�.� = .
��..._- -ur ---.-�-r`�� ,..��
�„�,�. i � 12' �JATER m . -
Bo,rrEA _ �_— ��NE A_=3•��5•,' �I „` °,,. f � �I � ,-$w--�
. .�, - k ����
_ _�t- J_d -- _
y - i'- _ - . _ ..-s
u� �_. v- _ Y.
A'Ae + �..: Gm - '_ _�� r � � �
l� ��T _ i `-��__'_ ___ "
�'� ''� % r �r}1� � � k_.J �9Eiti47tt GIST..
� �' +�_ Fd I ` '�� F$MiS�FJP ����
+ � ,.5 ° ; � �4 ` � f.-�`�'�.
�
�F' xY* rerfi ,P.�t U7tE A• � ItlP :
Y'� I J4.��'rr..��rv=
Z.YfT.3T�50t�5_'..Y/l- I
t� i El7T_3FAFh}L-S�if 3 n�.¢i��
,�' i i � i�'xA+1. Er.'Ws4k't
� [m��riXf � .F C/ a-,�. LftE
� R7%iY�{�JhS;Y�� ILT:fJ.�
I !'� L�'[�OLLM i�'N fh'SEA7' . ' I
r i � Ulr A1fVdK�?F �Q.T,iA4
QPA:iECf PAO1.S`55 fM71 !
IXPYlE'GY P%7P.SSS RfE�Siil I
vi
�
�c�c���-, i { �� I `i ii 115.:� �C}. �����, ?i��
�IA�'ry{'ti ?"r�{�if= �C1.7•E�_S. �;
-- -. ..,.�. - . . _ � _ . :__-`�'R -��'� -_-- _ __ -
�
- � � -�---- - - - � ' � . _-� -=_-_'" `:
_ . . .._. . . .
. _. . .__,. . .
- - '..: _ ._ ..' : � . . -��=
- � i� � � _.. -- _' - . . � � `
� i �� � . _- � � �
- --_ _- - _ -----_-_=-;� . -_:_ =.. - - =-i -'=.,
� � - - -- -�� ;-_:._:- . ; �� �;-== -_.- _= =_�;::=��
�_- -- -- — - � � . . _€= : � : � ; i - -
: __ _ _ : ��. z: , � � . . ° �
- - - . --- -: �- -I.. = ` . _ � I _ _` f
' f-_ ' _ � �3= "I_'�. !-_ ' '- . ____
�- --- �I -���� � � �-�_ � -_ - _� __
- - � � 1. - -�-- _ _ � �_ =- - -_ - =�-= _: -
-�-_:i
-- -- _-- -_ - . - . -��y : _ - - �--_-_ _ - -- .- -- ° i
- - - -- - -� �=.�fi�-- = _ - - _ - ��
_ . _ ��__� : _
� _ _ __� .. _� �_= f � -- -=E ; . _ ?l� :_I
-----� �- -== � --r,'.. - = — , _�_ . . . __ .
==— _ ---�� �Y—=���E=-__ — - -- { �
.. _ . . ___ _ _ _ _ _
_--'-�-- - -rz.�k� r . -_.�::_ _ - `___ --�-
E= - � r;5� ;F+4 - f �y ° � ' �-- ` ' _ � -- - - .
��_'-' - - ! . ' ` -_ -. f = _- . . ' _-�` �� :- �
- I - -� == =-_- -- +-� i � �� '= I -- - , I_ � ;
_ _— -- -= = -- -- - = I = _ - i -_ �`'_ _= ���•��._-
_ _ . _ . �:i � ' - - — � =f_ - _ _ ':7:_'_�--� ��-_'-' -
=~� �.'�"'i _ 'I_.� -- -`�--'_ - . : _ = c.
h;�_=�=--==� � _ -- :.: -�i . ---- — - , _ : _ --I _ - _-= J �} --
- _���;,�?-� = =�--� --- � - --- __ . — . - _ �
-- ---="�-`-v a-`V�;�;��-L '=f — .___ _ . ' —_ __ _-_ - _ — �,_`-_ -.'
-- _ - - - ��,��..-t;-=_ . _ _F-; - _-- - __ -
�-- ,.:: . _ = :::-: .. _ � _:
- _ =-- _ - - -_=� -; -�: :: -::�., : - __ � �_
--- - � - - - -- -� � � 'r ='-:�i
=_ = _ ' - ---- � '=. ;�_ ; = r-_ ... . i
- --- _ . _ . - �,.:. - - - - . - - -.���,.= . _ _ %_ --
- . . . - ��z..=�_tr�::. - _
.=I - _� _ _-__ -___ _ _ _ - - _ .�}� � -� - -
_ti� -� - _ , - - � � -~�� _-
.___-: -.__:= � - - - _ _- - _- " - -=
:.:.
��
_...�--� � - -- --
-_= - . . . :� - '� � - -- - � -- -
---- --� - . . . - - � � - -
-=��.: � €� �: � � , :
--... . . . . :�- � � - - - -
--_.. - . - � _= _-__�.�.:_` �i � _. I = __ _ � -_ _ -1
, � : _—...��---=� - - - — - —
� . - - . . - - — _ _-� — — _ -=- - - -
_ _ _ _ f — _ - , — _ _
-: :.-__.: � _ __-_ __ _ __ _ _ -_ . - � __ -
.._..._ ._ . : : .:' : ._ _ __ _ _ _
.: :. _ _ . . .. . __ - __ _ _ ' -
: .:_ '_ ::_:_:_=' :: . _ __- -- .. _ - - -
� =.;. .... : _
. .. L
.... "
. ' " "._r.' .
. . � - �:� : :. .. _ :. : F.'_:. . .. ' "_ ' - : - - -
_ _ : ::_ � :_ :.
� E..� I ::. : d! E i
. . , . _ _ _�:.._' . . I�.:=' - '_ ' , _ - '_' .
. _� , 3 � - _ _ _ , �
_ - . , 4 I:��_ ' . - _ _ : _
__ . . �"__ ' __ _ .
_ _� . __ _ _ - - _
_ _ _ �l - 4': _ _
L`�. 1lLLISY
Standarcls.docx
Page 23 of 24
5taking
Ob�iausly the .csv or .txt file cannot be signed/sea[ed by a s�r�eyor in the format
requested. This is just an example and all this inforrnation shauld be noted when
�el+uer�d to the City so it is clear to what�oerdin'�,�...��,;r�i�om� ���� �iho ,�,+�,�q _„_.,, r;� ;,,.
pflENT MO.
2
i
3
4
S
E�
8
1 LI
12
33
IA
1S
26
27
f8
19
20
zz
22
23
24
25
zs
a�
28
24
�n
3 i.
32
33
34
3S
3fi
37
38
39
aq
a�
42
43
4�
d�
�@6
�JOr1Tl i��16
fi!1�167�7 L119.
r�rl�ir� FhIJ {k73
�;� �sn �U�.39:1
6! 14 hI?I I. Fi9!
Y,'jd[]45.]]
i,nJY,i9f1 518
i,' �ah LSf�.Ui2
I�'r1 I'�(xl?.. 26'7
�+w�wa n�r�
3:+F�154141.fi77
� ]•1 S46fi.AT3
69•� 5.74."e�iJ7#
S9•15�}f.,5y �
59�I597�q.3SE
69+15!�35_i�#
64•15y � �.f+7'Q
69-13tl 13_q11�
fi945JS9_fIb
6945i6�S �rG1
694:7�?I 318
69+tS�73.i L`!
69�SSf�fJ� �J
69=56T.] 96:
69��.�a,�: an1
69���? 1.{F54
69Q553"�.d917
694551"�.�I a3
69454; +.f�J��
69rt5�'_�L S5f
bJt-':E:f 9;ti
F�! _ :7i� Gi'
G!fd S}E353
63di371_�3F�
69�14a �� �165
69 I :� b7.289
6��41l� 6��
�1,� ;?nl: �R�
gg.a�.w� +u4
651.1 i 11 }.a�15
i.3�1` 4.�t
64�".i%�1 L�.Ca
ti�'r)13 8 7d
6�A:� �c_�T
��a._s.; r.f�2
64"i�: �� : d !#
�,��rrU �lr.
��.5t1� k.�1w.
2�?GaT4.]�i5
a1'N�� 1a�
224W3A Tllb
��J{�th1 L OIS
?: 9ifi15 j 16
}29$0�,�.7:1
F2J5y97 j�;
i295717 f1]
#!J5`i3iA EY
224598i7 :t
}t95BG9 Q+F:
t2959511_Rfr2
:?�1�661 1�:
2�94B41.43i
±f9S&3U.4�11
23 �57 1 h,1 ii3
27959.L7.U11
22�i FSB.fidi
�2?S7 F$.ad�
779i759 39:
2�7S4Sd.J4�
� �y47a �1 l#
a2 45fifiA! 47 ]
<?`i1 19h rl �
: 29`G`i.395
27�:rub7 SU Z
���s�.�r.���
i�'35S1uF � J
F295fri3_!�S
r��rss��. �,a�
} }956cF5,74 �
i29551�Si4
i �3SSS k ii]}
77'FyS'J4.7}�
2295574715
22Wi5�7 ��b
?Y'.�52�3.#4S
r,w4ssr b�i
i�
a2?55l�}. 335
3d3S5i��S5
r��sss� �R�
224'S+:t 1�7
27�SSS 1 �4
�FSSiU_§�5
1 �•5Fi5� h.�+s
. a55 `.� ?31
U L �CREPrICA�J
72as fW 554fFF FI7M
775 fiL�ii i;V IliFvi
3: G 35 GV WiM
r�3�.3sM ssktri uFn�
1�� �LS 4iV fn�
J:? 3a5 Fr�
7 Gu J-}IS 4Vhq H�n,�
7] 3 Sll WM IkIM
! I S trS� 4 C4 H{M
?]l.fa:] SSM�IRIFI.
31f]}]�18 '�+f�l � �M
'1ll'f,J� 4V{aluJryi
7p#i �i1 i 'N M N��1
7Ut�,d�i7 V1k1 R1p+'1
fl{l,S7N�1 L'U RIT.�
3i77�7q 55dw1�{nlhi
706.39: 55MH �I�1
f11.218 SSMH �i141
xNidlfi5 �FU xlt.+
7!S} ,31 CV I{IW
71�.Md� G'� I�I�1
'+ Ib i;8�i V.�M �;u�i
7�7 'G WM RIM
�k"M.f}� S{l iqf�i
!,� 7 S I�L SS#hl i R IM
7a9.121 :V`�I RIh11
�iz a��a x�rn nir�l
]q[} 4k 1 Vl�i Ri1�
'3u�451 C�QICUMI
�nrr.rsfi Uv onr�
3-0[� 476 �iV 47M
7-0QAUR FFI
7�li 3A S4M 151t.*
1a4 F7� lU xsna
7a8 45�i 4vM I�i1�
=A4 S? S3AI H R!Ir1
�y105� wr.1 liir�
�+�5}� y��n r,�M
i .7.1L71 YJM klf�l
J53337 4hf}f f111Li4
��i �r� wr�n �
75i.99 k1M i14FA
TZ�LS SRIF.4�R�1
JSZ�61 �4R6i1Fi�1
14? ZStr WM �q�+
' i� ?4iG Si"ri htY.�
s
I ;
�
� I . . �
. � • r
�
�t. , �
1' � '
' �*��-
:� �
J:\150504�5pecificatians�Di� 01-General Requirements�017123.16.01_Attachment A_Survey Staking
5tandards.docx
Page 24 of 25
C. Other preferred as-built deliverable
�8�19�-Vc'"'�,• " �""•,• ;••'�:"'`,•.r `�"� :� :�S ��I�I`�B deilltEf't�llrsi"`iii6i riia�tOriii i a ai'i �� "C'rr�
format. Selaw is an example spreadsheet that is also acceptable and tan be obtair�ed by
request from the survey superintendent.
�
J:�160504\Specifications�Div 01-General Requirements\01 71. 23.1fi.01 Attachment A,�5urvey Staking
Standards.docx
Page 25 of 26
1:�16p504\Specifications�Di� 01-General Requirements�Q17123.16.01_Attachment A_Sur�ey Staking
5tandards.docx
Page 26 of 26
1
i
! �
:
2-
2
�
t
,
�
y
I�
�
9
�
�
�
!
(
�
�
�
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
13
14
15
16
17
18
19
zo
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38 1.3
39
01 71 23 -1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 7
SECTION Ol '�1 �3
�`.nN�TR�L{''TT[�N_.�'p,KIN.G-AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
� . None.
C. Related Specification Sections 2ncIude, but are not necessarily Iimited ta:
i. Division 0— Bidding Requirements, Contract Forms and Condiiions of the Coniract
2. Division 1— General Requirements
PRICE AND �AYMENT PROCEDURES
A. Measurement and Fayment
1. Construction Staking
a. Measurement
t) Measurement far this Item shall be per LU1ViP SUM (LS) "Construction
Staking"
v. �ay���t
1} The work performed and the materials furnished in accordance with thts
Item and measured as provided under "Measurement" will be paic� for as the
lump sum price far "Construction Staking".
2. Construction Sutvey
a. Measurement
1} Measurement far this Item shalI be per LUMP SLTM (LS) "Construction
Staking-Water Improvernents ONLY"
b. Paymeni
1) The work performed and the materials furz�ished in accardance with this
Iiem anc� measured as provided under "Measurement" wili be paid for as t:� �
lump sum price fat' "Construction Survey-Water Improvements ONLY".
3. As-Built Survey
a. Measurement
1} This Item is cansidered subsidiary to the "Construction Survey-Water
Im�rovements ONLY" Item bid. .
b. Payment
1) The work performed and the materials furnished in accordance with this
IYem are subsidiary to the "Cansiruction Survey-Waier Improvements ONLY"
Item bid and no other compensation will be allowed.
REFERENCES
A. Defiinitions
CTTY OF FORT WORTH _ ........_�.._. ...�...._ .___.. ...
STANDARD CONSTRUCTION SPECIFICATION DOCUMEIVTS
Revised August 3I, 2017
017123-2
CONSTRUCTION STAKING AND SCJTLVEY
Fage 2 af 7
X 1.
2
3
4 2.
5
6 3.
7
S
9
1Q 4.
il
12
13
14
l5
16
17
18
19
20
21
22
Constructian Surve - The survey measurements made prior to or while canstruction
is in progress to control ele�ation, horizontal position, dimensions ar�d configuration
of struct�u�es/impro�ements included in the Pro�ect Drawings.
As-built Survev The measurements made after the canstruction of the improvement
features are complete to provide position coordinates for the features of a project.
Construction Stakin� — The placement of stakes and markings to provide offsets and
elevations to cut and fill in order ta locate on the ground the designed
structures/improvements incluc�ed in the Praject Drawings. Construction staking
shall include sta.king easernents and/or right of way if indicated on the plans.
Survey "Field Checks" — Measurements made after canstruction staking is
completed and before constY'uction work begins to ensure that structures marked on
the ground are accurately 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 23.1 b.D 1_ Atiachnnent A Survey Stal�ing Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on
City's Buzzsaw vaebsite) — O1 71 23.16.02 Attachment B_Survey Data Collector
�.ibrary.fxl.
3. Texas Depariment of Transportation {TxDOT) Survey Manual, latest re�ision
4. Texas Society of Prafessional Land Surveyors (TSPS), Manual of Practice far Land
Surveying in the State of Taxas, Category 5
23 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED]
24 1.5 SUBMITTALS
25 A. Submittals, if required, shall be in accordance with Section O1 33 00.
26 B. All subt�-�ittals shalI be received and re�iewed by the City prior to delivery of work.
27 1.b ACTION SUBM[TTALS/INFORMATIONAL SUBMITTALS
2$
29
30
31
32
33
34
35
36
37
A. Field Quality Control Submittals
1. Documentation verifying accuracy af field engineering work, incIuding caordinate
conversions if plans do no+ indicate grid or ground coordinates.
2. Submit "Cut-Sheets" conforrr�it�g to ti�e standard template provicfed by the City
{refer to 01 71 23.16.01 — Attachment A— Survey Stal�ing Standards. Contractor
shall submit an updated Constructian As-built Spreadsheet with the second partial
payment request each month.
3. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements during the progress of the construction signed and
sealed by RPLS responsible for the work.
38 L'� CLOSEOUT SUBMITTALS
34 B. As-built Redline Drawing Subznittal
40
41
42
Su6mit As-Built Sur�ey Redline Drawings documentfng the locations/elevations of
constructed iinprovements a�'ter the construction is completed signed and sealed
by RPLS responsib]e for the work.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SFECTFTCATION DOCUIvIENTS
Reviscd August 31, 2017
Dl 7t 23 - 3
CONSTRUCTIOiV STAKING AND SURVEY
Page 3 of 7
,
�
1 2. Contractor shall submit the proposed as-built arzd completed redline drawir�g
2 submittal 1 week prior to sched�ling the project final for City review and comment.
3 Revisions, if necessary, shall be made to the as-built redline drawings and _
4 resubmitted to the City prior ta scheduling the construct�on finat.
5 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE
7
S
9
10
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
42
43
44
45
A. Construction Staking
1. Construction staking wilI be performed by the Contractar.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyars are required io re-stake for any reason, the Cantracior will be
responsible far costs to perform staking. If in the apinion af the City, a
su��cient number of stakes or markings have been tost, destroyed disturbed or
omitted that the contracted Work cannat talce place then the Cantractor will be
required to stake or re-stake the defcient areas.
B. Construction Survey
1. Constt-uction Survey will be per%rmed by the Contractor.
2. Coordination
a. Co�tractor to verify that horizontal and vertical controi data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construciion Drawings and specified in ihe Contract Documents.
b. Far construction methods other than open cut, the Contractor shall perfarm
construction survey and verify control data including, but not limited to, the
foliowing:
1) Verification that estabIished benchmarks and control are accurate.
2) Use of Benchrttarks to.furnish and maintain all reference lines and grades .
for #unneling.
3) Use of line and grades to establish the locatian of the pipe.
4) S�bmit to the Ctty copies of field notes used to establish all lines and
grades, if requested, and aIIQw the City to check guidance system setup prior
ta beginning each tunneling drive.
5} Arovide access for the City, if requested, to verify the guidance system and
the �ine and grade oithe carrier pipe.
6) The Contractar remains fuily responsible for the accuracy of the wark and
correction oi it, as required.
7) Monitor Itne and grac�e continuously during construction.
8} Record deviation with respeci to design line and grade once at each pipe
joint and subnait daily recards to the City.
CiTY OF FOItT WORTH
STAI�IDARD CbNSTRUCTIOlV SPECIFiCATION DOCUNfEMTS
Revisetl August 31, 2017
017123-4
CONSTRUCTION STAKIIVG AND SURVEY
Page A of 7
1
2
3
4
5
6
7
8
9
1Q
11
12
13
14
15
16
17
10
rg
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
�12
43
44
45
46
47
48
c.
9) If the installatian does not meet the specified tolerances (as outlined in
Sections 33 OS 23 andlor 33 OS 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
• Required As-Built Survey wi11 be performed by the Contractor.
2. Coardination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coardinate the as-built survey and
required measure�txients for items that are to be buried such that construction
activities are not delayed or negativeIy impacted.
3. General
a. The Contractor shall provide as-buiIt sur�ey including the elevation and
location {ancE provide written documentation to the City) of construction
features during the progress of the construction including the folIovving:
, �;
� 1 Q�} (' 1 -5'�' .� 1'st:� '��I'� n
11�� '�t�(-' "
� � ili. . �li � . �I' `-
(1) ��ona��ta� attd vertical poin�s of inflect��n, r.,,rvatEue,
etc. (All Fittings)
(2) Meter bo�es.'var�lls {,�II s�z�s}
(:sJ Fire line�
(4) Fire hydrants
�5] Gatevalves
(6) Pl�gs, sku��u�s. deaci-end li�e�
f %j �E��#i1�1� :'.'j'��
�S! C$CinQ [}j�2 I_�,94'�'I �;7i�h
2) Stormwater — Not Applicable
6. The Contractor shall provide as-built survey including the elevation and
location (and provide writken docurnentation to the City) o�construction
features after the construcEion is completed including the following:
� li5r,.
� , I ���.�r�n��r :I� _�i• . .. .�� _J�i�„ . � �r. ��tirl ' ��� i. ��, .,;,4
- - ��,�
tI) �{s�ri���i�#a�.l �nd vr�ri.ic�il �xkiR�� nf';_
etc. {A31 I�it[i�to�1
{2) !1�1���f bo:���'vaulrs (All sizes)
(3) rairc li�ses
�4) r�T� C�ydfan{�,:
(5) Gate valves
{6� PI�J�S.STu�7-s�u:.ti, ,.I�-.,,�1.�.-r.�l" .....,
�7) �"lc��ir�g wy��s -
, fi I ��S1iIZ �inp �nar�� E?;�ri�
2) Stormwater — Not Applicable
LIO DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS
Revised Augast 31, 2017
va[��r_,
f
01 71 23 - 5
CONSTRUCTION STAKTNG AND SURVEY
Page 5 of 7
�
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 11� WARRANTY
3 PART2- PRODUCTS
4 A. A construction snrvey will produce, but will not be limited ta:
5
6
7
8
9
10
lI
12
13
1'4
15
16
l7
I8
19
20
21
22
23
1. Recovery of relevant control ppints, points oF curvature and points of intersection.
2. Establish temporary horizonta� and vertical control eievations (benchmarks}
sufficiently parxnan�nt a�d locaied in a manner to be used tl�roughout constructian.
3. The location of planned facilities, easements and improvements.
a. �stablishing �nal �ine and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner fo r t'eference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for alI
construction staking projects. These cut shee#s shall be on the standard city template
which can be obtained frorn the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shali be acceptable:
a. AutoCAD {.dwg)
b. Text File (.�t)
c. ESRI Shapefile (.shp}
d. CSV fiie (.csv)
6. Survey files shall include vertical and horizontal data tied to origitxal projeci cot�trol
and benchmarks, and shall include feature descriptions
24 PART 3 - EXECUTION
25 3.I [NSTALLERS
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. ToIerances:
1. The staked location of any improvement ar facility shouId be as accurate as practicaI
and necessary. The degree of precision required is dependent on mariy factars a11 of
which musY remain judgmental. T��P tal�rances listed hereafter are based on
generalities and, under certain circu�istances, shall yield to specific requirements.
The surveyor shall assess any situation by review of the overall plans and ihrough
consultation with responsible parties as to the need for speciiic tolerances.
a. Earthwark: Grades for earthwork or rough cut should not exceed a.l ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizantal alignment o�n a structure shall be within .0. I ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be locat�d wzthin ihe con�nes of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
resirictive line, these facilities should be staked with an accuracy producing no
mare than O.OSft. tolerance from their specified locations.
cz�ry o� �o��r wo��rr�
STANDARD CO1+iSTRUCTIOTT SPGCIPICAT[ON DOCUMEIVTS
Revised August 31, 2017
ai �i z3 - 6
CON$TRUCT[pN STAKING A�TD SURVEY
Page 6 af 7
1 d. Underground and averhead utilities, such as sewers, gas, water, telephone and
2 electric lines, shall be located horizontally within their prescribed areas or
3 easements_ Within ass�ned areas, these utilities should be staked with an
4 accuracy producing no more than 0.1 ft tolerance ftam a specified location.
5 e. The accuracy required for the ve�rtical lacatian of utilities varies widely. Many
6 underground u#ilities require anly a minimum cover and a talerance of 0.1 ft.
7 should be maintained. Underground and overhead utilities on planned profile,
8 but not depending on gra�ity flow for performance, should not exceed 0.1 ft.
9 tolerance.
10 B. Sur�eying instruments shall be kept in close adjustment according to manufacturer's
11 specifications or in compliance to standards. The City reserves the right to req�est a
12 calibration report at any time and recommends regular maintenance schedule be
13 performed by a certified technician every G months.
14 1. Fielc! measurements af angles and distances shall be done in such fashion as to
I5 satisfy the closures and talerances expressed in Part 3.1.A.
lb 2. Vertical locations shall be established frotx� a pre-astablished benchmark and
17 checked hy closing to a different bench mark on the same datum.
18 3. Construction survey f eld work shall correspond to the client's plans. Irregularities
19 or conflicts found shall be reparted promptly to the City.
20 4. Revisions, corrections and other pe�tittent data shall be logged for future reference.
21
22 3.2 EXAMINATION [NOT U�ED]
23 3.3 PREPARATION �NOT US�D]
24 3.4 APPLICATION
25 3.5 REPAIR / RESTORATION
26 A. If the Contractar's work damages or ciestroys one or more ofthe cantrol
27 monumen#s/points set by the City, t�e monuments shall be ad�quately referenced for
28 expedient restoration.
29 1. Notify City if any cantrol data needs to be restored or replaced due to damage
30 caused during construction aperations.
31 a. Cantractor shall perform replacements and/or restorations.
32 b. The City may require at any time a survey "Field Check" of any monument
33 or benchmarks that are set be verified by the City sur�eyors before further
34 associated work can move forward.
35 3.6 RE-[NSTALLATION [NOT USED]
36 3.7 FIELD �o�z] SITE QUALiTY CONTROL
37 A. It is the Contractor's responsibility to rnaintain ail stakes and control data ptaced by the
38 City in accordance with this Specification. This includes easements and rig�t of way, if
39 noted on the plans.
40 B, Do not chaage az- relocate stakes or control data without approval from the City.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIPTCATION DOCUMENTS
Re�ised August 31, 2�17
i
(
,
i
�
i
r
�
�
,
�
�
Q17123-7
CQNSTRUCTION STAKING AND SURVEY
Page 7 of 7
1 3.8 SYSTEM STARTUP
2 A. Survey Checks
3 1. The City reserves the right to perFornrz a Survey Check ai any time deetrzed
4 necessary.
5 2. Checks by City parsonnel or 3`d party contracted surveyor are not i�tended to relieve
6 the contractor of his�er responsibility for accuracy.
7
S 3.9 ADJUSTING [NOT USED]
9 310 CLEANING [NOT USED]
10 3.11 CLOSEOUT ACTIVITIES [NOT USED]
11 3.12 PROTECTION [1vOT USED]
12 3.13 MAINTENANCE [NOT USED]
13 3.14 ATTACHMENTS [NOT USED�
14 END OF' SECTION
15
Revision Log
DATE NAME SUMMARY O�' CHANG�
8/31/2012 Il. Johnson
Added instruction and modified measurennent & payment under 1.2; added
8/3t/2077 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality A.ssurance; added PART 2— PRODUCTS ;
Added 3.I Installers; added 3.5 Repair/Restaration; and added 3.8 System Startup.
f
�
�
� 16
�
1
i
�
_
�
�
� CTTY OF �ORT WORTH _ ____.-_._
� STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
` Revised August 31, 20i7
�
CITY OF FORT WORTH
_,
i
oi�4as-a
CLEANIN('r
Page 1 of 4
2
� 1
� 3 PART 1 - GENERAL
�
�
�
�
�
�
,�
t
_�
�
5
I
r
4
5
6
7
8
9
10
11
I2
13
14
15
16
I7
18
19
2D
21
22
23
24
25
26
27
28
29
30
3l
32
33
SECTION 01 7q 23
_ r+T r, n �.Tn.Tr
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Wark not including special clea.ning of closed
systems speci�ed eIsewhere
B. Deviaiions from this City of Fort Woxth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Farms 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 r�vith this Item is considered subsidiary to the various Items bid.
NQ separate payment will be allowed for this Iiem.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQU�REMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants dis#urbed by
cleaning process will not iall on newly painted surfaces.
2_ Schedule final cleaning upon completion of Work and immediateiy priar to f nal
inspection.
l.5 SUBM�TTALS [NOT US�D�
1.6 ACTION SUBMITTALS/INFORMATI�NAL SUBMITTALS [NOT USED]
1.`� CLOSEOUT SUSMITTALS �NOT USED�
1.8 MAINTENANCE MATERIAL SUBMITTALS �N4T USED]
1.9 QUALITY ASSURANCE [NOT USEDj
1.10 STORAGE, AND HANDLING
A. Starage and Handling Requirements
1. Store cIeaning products and cleaning wastes in containers specitically designed far
those materials.
CITY OF FORT WORTH _ ....... ..... ._..
STANDAI2B CONSTAUCTION SPECIFICATION DOCUMENTS
Revised 7uly l, 2011
_ �
017423-2
CLEANING
Paga 2 of 4
1 I.I1 FIELD [SITE] CONDITIONS [NOT USED]
2 I.I� WARRANTY [NOT USED]
3 PART�- PRODUCTS
4 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
t0 a. Material recomrnended by manufacturer
11 2.3 ACCESSOR�ES [NOT USED]
12 �.4 SOURCE QUALITY CONTROL [NOT U�ED�
13 PART 3 - EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINATI�N [NOT U�ED]
l.6 3.3 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR / RESTORATION �NOT USED�
l9 3.6 RE-INSTALLATION �NOT US�D]
20 3.7 FIELD [ax] SITE QUALIT`Y CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING �NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous concEitions.
26 2. Conduct cleaning and disposal operations ta comply with laws and safety arders of
27 governing authoriiies.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
z4 storm or sanitary drains ar sewers.
30 4. Dispose of degradabfe dehris at an approved solid waste disposal site.
31 5. Dispose af nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
S
�
CITY OF POIiT WORTH
STAHDARD CONSTitUCTION SPECIFICATION DOCUMENTS
Revised Iuly 1, 2011
�
�
t
�
�
�
�
O
!
1
2
�
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2l
22
23
24
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
41
42
017423-3
CLEANING
Page 3 of 4
6. Handle materials in a controlled rnanner with as few handlings as possible.
7. Thoroughly cleaxi, sweep, wash and polish all Work and equipment assaciated wiih
fihisprojeet. -
8. Remove ali sigtas of temporary construction and activities incidentaI to construction
of required permanent Work.
9. If project is not cleaned to ihe satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning d�ring Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnef in existing facility aperations.
2. At tnaxi�num weekly intervals, dispose Qf waste materials, debris and rubbish.
3. Confine constructiot� deb�is daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Accepia�nce.
5. Priar to storm events, thoraughly clean site of all loose or unsecured items, which
may become airborne or transporfed by flawing water du�ing the stortz�.
C. Interior Final Cleaning
1. Remave grease, mastic, adhesives, clust, dirt, stains, fingerprints, �abets and other
fareig�n taaaterials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trirns clean.
3. Wash and sh�ne glazing �nd mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent f lters and replace disposable filters if units were aperated
during construction.
b. Clean ducts, blowers and coils if units wvere operated without filters duri;ng
construction.
6. Replace ali burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior {Site or Right oi Way} Final Cleaning
1. Remove trash anc! debris containers f'rom site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove a1I rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the f[ow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vautts, manholes, structures,
junction boxes and inlets.
C1TY QF FORT WpRTH
STANDARD COIV9TRUCTION SPECIFICATION DOCUMEl�TS
Revised 7uly 1, 2011
017423-4
CL�AIVING
Page 4 of4
1 4. Iino longer required for maintenance of erosion facilities, and upon approval by
2 City, remo�e erosion cot�irol ftom site.
3 � �s�gns, Iights, signals, ete.
4 3.11 CLOSEOUT ACTIVITIES [N4T US�D]
5 3.1� QROTECTION [NOT USED]
6 3.13 MAINTENANCE �NOT USED]
7 3.14 ATTACHMENTS [N�T USED]
8
4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10
CITY OF FOR1' WORTH -
STANDARD CdIVSTRUCTION SPECIFICATIdN DOCUMENTS �
Revised July 1, 201 F
�
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
�
�
�
�
�
�
i
�
�
�
4
�
1
�
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
I6
17
18
19
20
21
22
23
24
25
2b
SECTION Ol 7719
-CLO�-EOI� REQUI�MLT�
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standaxd Specification
I. None.
C. Related Speciiication Sections include, but are not necessarily limited io:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measuremeni and Payment
1. Work associated with this Item is considered subsidiary to the variaus Items bid.
No separaie payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guaraniees, Bands and Aff'idavits
1. No application for final payment will be accepted untiI all guarantees, bonds,
cer�ifcates, licenses and affdavits required for Work or equipment as specified are
sa#isfactorily filed with the City.
B. Ratease of Liens or Claims
I. No application for final payment will be accepted until satisfactory evidence of
releas� of liens has been subrnitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Praject Representative.
GITY OF FORT WRRTH ' "
STANDARD C07�9TRUCTIQIV SPECIFICATIpN DOCUMENTS v
Revised 7uly I, 2D11
�
I�
1
017719-2
CLO$EOUT AEQUlAEMEIQT$
Page 2 of 3
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.5' CLOSEOUT SUBMITTAI,S [N4T USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATIUN �NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspectian, subinit: �
10 1. Project Record Documents in accordance with Section O1 78 39
11 2. Operatian and Maintenance Data, if required, in accardance with Sectian 41 78 23
12 B. Prior to requesting Final Inspection, perform final cleaning zn accordance with Section
13 O1 74 23.
14 C. FinalInspection
15 1. After �nal cleaning, provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon compietion of this inspection, the City wili notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspectian
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written natice frot� t�e City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completian of Work associated with the items listed in tt�e City's written
25 notice, inform the City, that �hc required Work has been completed. Upon receipt
26 of this notice, the City, in the presence of the C�ntractar, will rnake a subsequent
27 FinaI Inspection af the project. �
28 4. Provide all special accessories required to place each item of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specifed spare pat�s
31 b. Adequate oil and grease as required far the first lubrication of the equipment
32 c. lnitial fill up of all chemical ianks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 £ Vault keys
36 g_ Handwheels
37 h. Other expendable items as required for initial start-up and operation of all
38 equipment
39 D. Notice of Project Completion
CITY OF FORT WORT�I
STANAAIi� CONSTRUCTFON SPECIF[CATION DOCCTMEA]'CS
Revesed July 1, 201 l
7
�
�
�
�
�
�
i
�
i
�
�
1
S
�
r
�
s
1
z
3
4
5
6
7
8
9
10
il
12
i3
14
l5
I6
17
t8
19
20
21
22
23
24
25
26
27
28
{ 29
�
F
�
i
�
r
�
017719-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subseq�ent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Campleiion {Green Sheet).
E. �upporting I3ocumentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request �
b. Statement of Contract Time
c. Af�davit of Payment and Release of Liens
d. Consent of Surety to Fina� Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Per%rmance Evaluation of Contracior
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Projeci Com�letion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Pinal Acceptance and release the Final Payment Request for paytneni.
3.5 REPAIR / RESTORATION [NOT USED�
3.6 RE-[NSTALLAT[ON [N4T USED�
3.7 FIELD [oR] �ITE QUALITY CONTROL �NOT USED]
3.S SYSTEM STARTUP [NQT USED]
3.9 ADJUST[NG [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.13� PROT�CTIQN [NOT USED]
3.13 ld'��INTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END QF SECTION
Revision Lag
DA7'E NAM� SUMMARY OF CHANGE
crr�r o� Fo�zr woRrx
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS
RevisedJuly 1, 2011
��
�� -
�� .
�
��
�
�
�<,
,1
C1TY OF FORT WORTH _
n,anp d'd�,Seflaronx. u Fha, w.
,
P
;
i
�
3
j 1
— 2-
�
�
b
�
f
�
�
� 18
�
19
, 20
� 2I
22
5
�
�
�
t
�
�
i
,
3 PART1- GENERAL
01 78 23 - 1
OPERATION AND MAIIVTEIVANCE DATA
Page 1 of 5
SECTION O1 '�8 23
��,1 A TTlIAT A T7Tl l�.f A TATTL'TT A ATl�L' T A T A
1.1 SUMMARY
A. Section IncIudes:
1. Froduct data and related information appropriate for City's maintenance and
operatian ofpraducts furnished under Contract
2. S�ch products may include, but are not limited to:
a. Traffic Conirollers
b. Irrigation Controllers {to be operated by the City}
c. Butterfly Valves
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 of the Contract
2. Dfvision 1— General Requirements
1.� PRICE AND �AYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment wi11 be allowed for this Item.
1.3 R�FERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUYREMENTS
4
5
6
7
S
9
10
11
12
13
14
15
16
1'7
23 A. Schedule
24 1. Submit manuals in final farm to #he City within 30 calendar c�ays of product
25 shipment to the project site.
26 I.5 SUSMITTALS
27 A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be
28 approved by the City prior to delivery.
29 1.6 IAiFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Pre�are data in form of an instructional manual %r use by City personnel.
32 2. Format
33 a. Size: 8'/2 inck�es x x 1 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 a Text: Manufaciurer's printed data, or neat�y typewritten
CITY OF �'ORT WOATH
STANDARD CONSTItUCTIOi�T SPECIFICATION DOCUMENTS
Revised December 20, 2012
Z
i
4
oi�sz3-z
OPERATION AIVD MAIN'TEIdANCE DATA
Page 2 af 5
1 d. Drawings
2 1} Provide reinforced punched binder ta.b, bind in with text
� 2}_ Reduc.elarger�ira�ng�and_fold_io_siz�ftext a.}�.g�
4 e. Provide fly-leaf for each separate product, ar each piece of operating
5 equiptneni.
6 1} Provide typed description of praduct, and major component parts of
7 equipment.
8 2} Provide inde�ed tabs.
4 £ Cover
10 1} Identify each volume with typed or printed title "OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2} List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter co�ered in the mar�ual
16
17
I8
19
20
21
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupmgs.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
22 1. N�atly typewritien table of contents for each volume, arranged in systematic order
23 a. Cantractor, name of responsihle principal, address and teiephone number
24 b. A list of each product required to be included, indexed to cantent of the volume
25 c. List, with each product:
25 I) The name, address and telephone number of the subcontractor ar installer
27 2) A list of each product required to be included, indexed to content of the
28 �olume
29 3) Identify area of responsibility of each
30 4) LocaI source of supply for parts and replacement
31 d. Identify each product by product name and ather identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Inctude onfy those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specifc product or pa�t installed
37 2) Clearly identify data applicable to installation
38 3) Delete references fo inapplicable information
39
40
41
�42
43
44
45
46
47
4$
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Contro� and flow diagrams
b. Coordinate drawings with in%rmation in Project Record Documents to assure
correct illustration of completed installation.
c. Dq not use Project Record Drawings as maintenance drawings.
4. Written #ext, as required to supplement praduct data for the particular installation:
a. Organize �n consistent formai under separate headings fo�r different procedures.
b. Provide togical sequence af ins#ructions of each procedure.
CITY OF FbRT WORTH
STANDARD CONSTRUCTION SPECIFICATIOI� BOCi.]MENTS
Revised December 2Q, 2612
017823-3
OPERATION A1VD MAINTENANCE DATA
Page 3 of 5
1 5_ Copy of each warranty, bona and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1�- P-�ope��ecedu�es �� euent-mf �i��e
4 2) Instances which might affect validity of warranties or bor�ds
5 C. Manual for Materials and Finishes
b 1. Submit 5 copies of complete manual in final form.
7 2. Content, far architectural products, applied materials and �nzshes:
8 a. Manufacturer's data, g�ving full infortnation on products
9 1) Catalog number, size, composition
�0 2) Color and texture designations
11 3) Information required for reordering special manufactured �roducts
12 b. Insiructions for care and maintenance
13 1} Manufacturer's recommendation for types of cleaning agents and methads
I4 2) Cautions against cleaning agents and methods which are detrirnenial to
15 product
16 3) Recommended schedule for cleaning and main#enance
17 3. Content, for moisture protection and weat�er expasure products:
18 a. Manufacturer's data, giving fu�I information on products
19 1 } Applicable standards
20 2} Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 capies of complete manual in final form.
25 2. Content, %r each unit af equipment and system, as appropriate:
26 a. Description of untt and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclaiure and comrriercial number of replaceable parts
34 b. Operating pracedures
31 1) Start-up, break-in, routine anc! normal operating instructions
32 2} Regulation, control, stopping, shut-down and emergency instructions
33 3} Summer and winter operating instructions
34 4} Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
3'1 2) Guide to "trouble shoating"
38 3) Disassembly, repair and reassernbly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1} List of �ubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Descripiion of sequence of opera�ion by control manufaciurer
44 1) Predicted life af parts subject ta wear
45 2) Items recommended to be stocked as spare parts
46 g. As instaIIed control diagrams by controls nnanufacturer
47 h. Each contractor's coordination drawings
48 1} As installed color coded piping diagrams
CITY OF FORT WOATH
STANDAItD CdR'5TKUCT[ON SPECIFICATION DOCUMENTS
Revised December 20, 2012
01 78 23 - 4
OPERATiON AND MAINTENANCE DATA
Page 4 of 5
1
2
�
4
5
5
7
8
9
10
11
12
13
14
15
16
17
18
19
aa
21
22
23
24
25
26
27
28
29
3
4
i. Charts of valve tag t�umbers, with iocation and function of each valve
j. List of original manufacturer's spare parts, manufact�rer's current prices, and
�CCommendeC�..�]uailtitiPc tn he maintainecl in ctnraae._
k. Other data as required under pertinent Sections af Specificatians
Content, far each electric and electronic system, as appropriate:
a. Description of system and companent parts
1} Function, normal operating characteristics, and limiting canditions
2j Periarmance curves, engineering daia and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of pan�lboards
i) Electrica� service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and �ormal operating instructions
2} Sequences required
3) Special operating instructions
e. Main�enanca procedures
1) Rautine operations
2) Gusde ta "irouble shoaiing"
3) Disassembly, repair and reassembly
4) Adjustrnent and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recomrr►ended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
Prepare and include additional data when the need for such data becarnes apparent
during instruction of Czty's personnel.
30 1..7 CLD�SEOUT SUSMITTALS [NOT USEDj
31 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANC�
33 A. Pz'ovide operation and maintenance data by personnel with the following criteria:
34 '; 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. SkilIed as draftsman competent to prepare required drawings
CITY OF FORT WOKTH
STANDARD CONSTRUCTlOi�i SPECIFICATION DOCUMEMTS
Revised Dacem6er 20, 20 E 2
�
}
�
3
{
�
i
i
,
�
�
i
4
�
i
!
�
I
,
J
�
�
�
t
5
1
E
r
1
�
�
i
i
�
r
I
017823-5
OPERATION ANA MAINTENANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD �SITE�CONDITIONS �NOT USED]
3 1.12 WARRANTY �NOT USED]
4 PART 2- PRODUCTS [NOT USED�
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/20I2 D. .Tohnson 1.S.A.1 — title of section removed
8
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFIGATION DOGUMENTS
Revised Decem6er 20, 2012
�
�
�
� . -��11
�
�
CI"FY OF FORT WORTH
ii:�fk�'Rb�h�'1�vs� c��:�.
G
�
l
� 1
s �
�
1
�
;
i
�
�
�
,
�
�
�
�
ti
3
�
,
i
i
i
k
�
�
�
�
i
3 PART1- GENERAL
4
5
5
7
8
9
10
11
12
13
14
15
16
17
1.1 SUMMARY
01 78 39 - 1
PROJECT ItECORD �OCUMEIVTS
Page 1 of 4
SECTION 01 78 39
PROJBCT �E�EE}R�9`,'� "',''T'''`"
A. Seciion Includes:
1. Work associated with the dacumenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reparts
B. Deviations from this City of Fort Worth Standaxd Specification
1. None.
C. Ralated 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 AND PAYMENT FROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
2a No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Pripr to submittir�g a request for Finat Inspection, deliver Project Record Documenis to
25 City's Praject Representative.
26 1.6 ACTION SUBMITTALSIIN�ORMATIONAL SUSMITTALS [N�T USED]
27
28
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughl�+ coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other I]ocurnents where such entry is required to show ihe change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Docutnents.
CITY OF FORT WORTH
STANDARD CONSTRUCTI03�T SPECIFICATION DpGUMENTS
Revised July l, 2011
�
O1 7S 39 - 2
PRpJECT RECORD DOCUM��TTS
Page 2 af 4
1 3. To facilitate accuracy of records, make entries within 2� hours after receipt of
2 informatian that the char�g� has occurred.
3- �-�r�tde faetual inforrr►ation�eg er1�, betl� eQ�e�led and
4 visible, ta enable iuture modification of the Work to proceed withaut lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STOIiAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documants completely protected from deterioration
9 and from loss and damage until campletion af the Work and transfer of all recarded
l0 data to the final Project Record Documents.
11 2. In the event of Ioss of recorded data, use means necessary ta again secure the data
I2 to the City's approval.
I3 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.I1 FIELD [SITEj CONDITIONS [NOT USED]
16 1.1� WARRANTY [N�T USED]
17 FART � - PRODUCTS
18 2.1 OWNER-�URN.ISHED [oe] OWNER-SUPPLIED PRODUCTS [NOT USED]
l9 2,.2 RECORD DOCUMENTS
2a A. Job set
2t 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 camplete set of all Dacuments comprising the Contract.
23 B. Final Recard Dacuments
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Fsnal Record Drawings in tlae Cotttract.
26 �.3 ACCESSORfES [N4T USED�
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 31 INSTALLERS [NOT USED]
30 3.� EXAMINATION [NOT USED]
31 3.3 PREPARATION �NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of 7ob Set
34 1. Immediately upon receipt of the j ob set, identify each of the Dacuments with the
35 title, "RECORD DOCUMENTS - JOB SET",
C1TY OP F�AT WpRTI-1
STANDAItD GOI�STRiICTIpN SPECIFICATION DOCUMENTS + �
Re�iscd July 1, 201 [
Dl 78 39 - 3
PlZO]ECT RECORD DOCUM�NTS
Page 3 of 4
1 2. Preservation
2 a. Considering the Contract compleiian titrze, the probable number of occasions
�- u}�on �uh.icl� t�je�-se,t �ust �e�and for--�xatr�i�atien� —
4 arid the conditions u�der which these activities wiII be performed, devise a
5 suitable metk�od for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start af transf�r of data to �nal Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construciion Survey
10 a. At a minimum, in accordance with the intervaIs set forth in Sec#ion O1 71 23,
l 1 clearly mark any deviations fram Coniract Documenis associated with
I2 instaIlation of the infrast�ucture.
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
4. Mal�ing entries an Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil}, clearly describe ihe
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
e. In �he event af overlapping changes, use different colors for the overlapping
changes.
5. Conversian of schematic layouts
a. In some cases on the Drawings, arrangements �f conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not inYended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contracior, subject ta the
City's approval.
2) However, design of future modiiications of the facility may require
accurate information as to the final physical layout of items whicl� are
shQwn only schematically on the Drawings.
b. Show on the job set of Recard Drawings, by dimension accurate to within 1
inch, the centerIine of each run of items.
1) Final physical arrangement is deternained by the Contractar, subject to the
City's approval.
2} Show, by symbol or note, ihe vertical Iocaiion of the Xtem ("under slab", "in
ceiling plenum", "expased", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably ta the Specifications.
c. The City may waive the requirements far conversion af schemaiic layouts
where, in the City's judgrnent, conversion se�rves no useful purpase. However,
do not rely upon waivers being issued except as specifically issued in writing
by the Cify.
B. Final Praject Record Documents
43 1. Transfer of data to Drawings
44 a. Carefully transfer change data shown on the job set of Record Drawings to the
45 corresponding final documents, coordinating the changes as required.
46 b. Clearly indicate at each affected detail and oYher Drawing a full description of
47 changes made during construction, and the actual location of iiems.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS
Revised July 1, 201 I
0
01 78 39 - 4
PROJECT RECORD DOGU�v1ENT�
Page 4 of 4
1 c. Call attention to each entry by drawing a"cloud" around the area or areas
2 affected.
�_ �� MakP r.h�ges_neativ_�c ��ncistentl� �nri wi��per.media to acsiire
4 longevity and clear reproduction.
5 2. Transfer af data to other pocuments
6 a. If the Documents, other than Drawings, ha�e been kept clean during pragress of
7 the Work, and if entries thereon have been orderly to the approval af the City,
8 the job set of those Dacuments, other that� Drawings, will be accepted as final
9 Record Documents.
10 b. If any such Document is not so approved by the City, secure a new capy of that
11 Document from the City at the City's usual charge for reproduction and
I2 handling, and carefi�lly transfer the change data ta the new copy to the appz-ovai
13 af the City.
14 3.5 REPAIR / RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.i FI�LD [o�] SITE QUALITY CONTROL [N4T U,SED]
17 3.8 SYSTEM STARTUP [NOT USEDj
18 3.9 ADJU,STING [NOT USEDJ
19 3.10 CLEANING �NOT USED]
20 31i CLO�E�UT ACTIVITIES [NOT USED]
21 3.1Z PROTECTION [NOT USED]
22 3.13 MAINTENANCE [NQT USED]
23 3.14 ATTACHMENTS [NOT US�D]
Z4
25
2b
END OF SECTION
Revision Log
DATE NAME SiJMMARY 4F C�[ANGE
CITY OF PORT W4RTH - -
STANDAAD CONSTRiJCT�ON SPECIFICAT10bI DOCUMENTS
Revised ]uly 1, 2011
t
�
�
i
�
i
1
s
I
;
,
i
�
�
;
w
�
�
�
�
�
s
1
�
�
!
,
1
�
_1
1
J
�
F
f' � ! �
_ , u ... . . ��
CITY OF FORT WQRTH
�
��
��-
�'
5
-� �
�
�
C1TY OP FOKT WORTH
�
i
�
�
�
1
i
G
� 3
1
�
�
�
`'
�
�
�
�
�
�
�
330514-1
ADdUSTING MANHbLES, INL,ETS, VALVE SOXES, AND OTHEK STRUCTURES TO GRADE
Page 1 of 7
SECTION 33 OS 14
EiDJ���-T�f�-�r"rr�v�irnr re� zi.Tr r.mo� �rn r�'_B$��'� 1���'�E'�i�� �f�
GRADE
4 PART1- GENERAL
5 1.1 SUMMARY
b A. Seciion IncIudes:
7 l. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test
S stations and aiher miscellaneous siructures to a new grade
9 B. Deviations from this City of Fort Worth Standard Specifcatian
10 1. Non�.
11
12
I3
14
i5
16
l7
I$
19
20
21
22
23
24
25 l.2
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Specif cation Sections include, but are not necessarily limited to:
1. Divisian 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 32 01 17 — Permanent Asphalt paving Repair
4. Section 32 01 29 — Concrete Paving Repair
5. Sectian 33 OS 10 — UtiIity Trench Excavation, Embedment and Backfill
6. Section 33 OS 13 — Frame, Cover and Grade Rings
7. Section 33 39 l0 — Cast-in-Place Concrete Manholes
8. Section 33 39 20 -- Precast Concrete Ma�holes
9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
14. Section 33 12 21 — AWWA Rubber-Seated Eutterfly Valve
11. Section 33 04 11 — Corrasion Control Test Station
12. Section 33 04 12 — Magnesium Anode Cathodic Protection Systetn
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Manhole — Minor Adjustment
a. Measurement
i} Measurement %r this Item shaii be per each adjustment usir�g only grade
rings or other rninor ad�ustrnent devices to raise or lower a nnanhoI� to a
grade as per coordination with city inspector based on final grade of
sidewalk.
b. Fayment
I) The work pe�a rm�d and the materials furnished in accordance with ihis
Item will be paid for at the unit price bid per each "Manhole Adjustmen#,
Minar" completed.
c. The price bid shall incl�de:
1 } Pavement remavai
2) Excavation
3) Hauling
CITY pP FpKT WORTH
� STANDAIiD GOIVSTRUGTION SPECiFICATIOAT DOCiJ�4fENTS
` Revised Decemher 2Q 2412
330514-2
AD]i7STING MANHOLES, INL�TS, VALVE BOXES, AND OTHER STRUCTLiRES TO GRADE
Page 2 of 7
l 4} Disposal of excess materiat
2 5} Grade rings or other adjusttnent device; for AT&T and ATMOS manholes
� g�ade�ing�yvill.he_pravided by fran�.his�_utilities �AT&T, and ATM(�S1_
4 Contractor wili cootdi nate dclivery, installation, and inspection of grade
5 ring or other adjushnent de�ices.
6 6} Reuse of the existing manhole frame and cover
7 7) Furnishing, placing and cornpactian of ernbedment and back�ll
8 8) Concrete base material
9 9) Permanent asphalt patch or concrete paving repair, as required
10 10) Clean-up
11 2. Manhoie - Major Adjustment
12 a. Measurement
13 1) Measurement for this Item shali be per each adjustment requiring structural
14 modificatians to raise or lower a manhole to a grade as s�ecified on the
15 Dravvings.
lb
17
18
19
20
21
22
23
2�
25
26
27
28
29
30
31
32
33
34
35
36
3'7
38
39
4Q
41
42
43
44
45
46
47
48
49
b. Payment
1) The wark performed and the materials furnished in accordance with this
Ttem �vill be paid for at the unit price bid per each "Manhole Adjustment,
Major" coxa�pleted.
c. The price bid shall include:
1) Pauement removal
2) Excavation
3} Hauling
�4) Disposal of excess material
5} Structural moc�ifications, grade rings or other adjustment device
6} Reuse af the existing manhole frame and cover
7} Furnishing, placing and compaction of embedment and backfill
8} Concrete base material
9} Permanent asphalt patch or concrete paving repair, as required
14) Clean-up
Manhole - Major Adjustment with Fratrae and Cover
a. Measurement
1} Measurement for this ltem shall be p�r each adjusiment requiring structural
modifications to raise or lower a manhole to a grade specified on the
Drawsngs or structural znadifications for a manhole requiring a new frame
anc� cover, aften for changes to co�er diameter. .
b, Payz�nant
1} The work performed and the materials furniskted in accordance with ihis
Item will be paid for at the unit price bid per each "Manhale Adjustment,
Major wl Caver" completed.
c. The price bid shall incIude:
1 } Pavement rernoval
2} Excavation
3} Hauling
4} Disposal of excess material
5} StructuraI modifications, grade rings ar other ad�ustment device
b} Frame and co�er
7} Furnishing, placing and compacfion of embedment a�d backfill
8} Concrete base material
CITY OF FORT WOATH
STAAIDARD CpNSTRUCTION $PECiF{CATI�N DOCUMENTS
Revised December 20, 2012
3305l4-3
ADJUSTRQG MANHOLES, INLETS, VALVE BO�ES, AND OTHEA STRUCTURES TO GAADE
Page 3 of 7
�
s
�
1
2
�
4
5
6
7
S
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
40
�41
42
43
44
45
46
47
48
49
9) Permanent asphalt patch or concrete paving repair, as required
10) CIean-up
�. �niet
a. Measurement
1) Measurement for this Item shall be per each adj�zstment requirir�g structura�
rtzadifications to inlet to a grade speciiied on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with tlus
Item wi12 be paid for at the unit price bid per each "Inlet Adjustment"
completed.
c. 'T'he price bid shall incIude:
1) Pavement removal
2) Excavation
3) Hauling
4} Disposal of excess material
5} Structural modi�cations
6) Furnishing, placing and compaction of embedment and backf 11
7) Concrete base material, as required
S) Surface restoration, permanent asphalt patch or concrete paving repair, as
reyuired
9) Clean�up
5. Valve Box
a. Measurement
1) Measurement for this Item shall be per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Valve Box Adjnstment"
completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5} Adjustment device
. 6) Furnishing, placing and compaction af embedment and backfill
7) Concrete base material, as required
8) Concrete co�ar labor and material, as required
9) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
10) Clean-up
6. Cathodic Pratection Test Station
a. Measurement
1) Measurement �or this Item shali be per each adjustment io a grade specified
on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with ihis
Iiem will be paid for at the unit price bid per each "Cathodic Protection
Test Station Adjustment" completed.
CITY OF FORT WORTH
STANDARD CONSTRi1CTION SPECIFICATfON DOCUMENTS
Revised Decemher 2Q 2012
330514-4
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTH6R STRi1CTURES TO GAADE
Page 4 of 7
1
2
�
4
5
6
7
8
9
IO
11
I2
13
14
15
lb
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4a
41
42
43
44
45
4fi
47
48
A�9
c. The price bid shall include:
1 } Pavement removai
2.).. Excavation_
3} Haul�ng
4} Dispasal af excess material
5} Adjustment device
G} Furnishing, placing and corrxpactian af eznbedment and backfill
7} Concrete base material, as required
8} Surface restoration, permane:�t asphali patch or concrete paving repair, as
required
9) Clean-up
7. Fire Hydrant
a. Measurement
l) Measurement for this Item shall be per each adjustment requiring stem
extensions io meei a ggade speciiied by the Drawi�gs.
b. Payment
1) The wark performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Fire Hydrant Stem
Extension" completed.
c. The price bid shall include:
1) Pauement removal
2) Excavation
3) Hauling
4) Disposal of excess material �
5) Adjustment materials
6) F'urnishing, placing and compaction of emb�dznent and backfill
7) Concrete base material, as required
S) Surface restaration, permanent asphalt patch or cancrete paving repair, as
required
9) Clean-up
$. Miscellaneous Structure
a. Measurement
1) Measurement for this Item shali be per each adjustment using anly minor
grade adjustment ta raise or lower a water meter box to a grade as needed
in the iield the City Inspector.
b. Payment
1) The work performed and the materials furnished in a�cordance with this
Item will be paid for at the unit price bid per each "Miscelianeous Structure
Adjustment" completed.
c. The pzica bid shall incIude:
1) Pavement removal
2) Excavation
3) Hauling
4) Concrete Meter Bax and Lid
5) Sani#ary Sewer Clean out and lid
6) Disposal of excess material
7) �tructural madifications
8) Furnishing, placing and compaction of embedment and backfill
9) Concrete base material
CITY OF PORT WOItTH
STANI]ARD CONSTRUCTION SPECIFICATION DOCUM�NTS
ltevised �ecember 20, 2012
�
3365 i4-5
ADJ[TSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 5 of 7
�
�
�
�
�
�
l 10) Permanent asphalt patch or concrete paving repair, as required
2 11) Clean-up
— � 1:3 � +EffE1�TCES
4
5
b
7
8
9
10
11
12
13
14
15
16
17
I8
19
A. Definitions
1. Minor Adjustment
a. Refers to a small elevation change perfQrmed on an existing manhole where the
existing frame and cover are reused.
2. Major Adjustment
a. Refers to a signi�cant elevation change performed an an existing manhole
which requires structural modification or when a 24-inch ring is changed to a
30-inch ring.
B. Reference Standards
l. Reference siandards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Speciiication, unless a date is specifically cited.
2. Texas Commission on Environmental Quality {TCEQ):
a. Title 30, Part I, Chap#er 217, Subchapter C, Ru1e 217.55 — Manhales and
Related Structures.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
l.5 SUSMITTALS [NOT USED�
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [N4T USED]
20
;
� 21
3
22
� 23
�
24
�
� 25
26
� 27
� 2$
E 29
! 30
>
j
4
�
�
3l
32
33
34
35
l.i CLOSEOUT SUBMITTALS [NOT USED�
1.8 MAINTENANCE MATERIAL SUBM[TTALS [NOT USED]
�.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVE�Y, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
11� WARRANTY [NOT USED]
PART �, - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
�.� MATERIALS
A. Cast-in-Place Cancrete
1. See Section 03 30 00.
B. Modifications to Existi�g Cancrete Structures
1. See Section 03 80 00.
C. Grade Rings
CiTY O�' �ORT WOItTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2412
)
I
S
3sas�a-6
ADJUSTING MANI-[OLES, INLETS, VALVE BOXES, AIVII OTHER STRUCTUIZES TO GRADE
Page b of 7
1
2
3
4
5
b
7
S
9
10
11
12
13
14
1. See Section 33 OS 13.
D. Fratxze and Cover
1. See Section 33 OS 13.
E. Backfill material
l. See Section 33 OS 10.
F. Water �alve bax extension
1. See Section 33 12 20.
G. Corrosion Arotection Test Station
1. See Section 33 04 11.
H. Cast-in-Place Concrete Manhole�
1. See Sectian 33 39 10.
I. Precast Concrete Manholes
1. See Section 33 34 20.
2.3 ACCESSORIES (NOT USED]
15 2.4 SOURCE QUALITY CONTR�L [N�T USED]
16 PART 3 - EXECUTION
17 3.1 INSTALL�RS [N�T USED]
1S 3.2 EXAMINATION
19 A. Verificatian af Conditions
20 1. Examine existing s�ructure to be adjusted, for damage or defects that may affect
21 grade adjustment.
22 a. Report issue to City for consideration before beginning adjust�neni.
23 3.3 PREPARATION
24
ZS
26
Z7
28 3.4
29
30
31
32
33
34
35
36
37
A. Grade Veri�catian
1. On major adjusiments confirm any grade change noted on Drawings is consistent
with field measureinents.
a. If not, coordinate with City to v�rify final grade before beginning adjustment.
ADJUSTMENT
A. Ma�nholes, Inle�,s, and MisceIlaneous Structures
1. On any sanitary sewer adjustment repIace 24-inch frame and cover assembly with
30-inch frame and cover assembly per TCEQ requirement.
2. On manhole major acijusttnents, inlets and miscellaneous structures protect the
bottorn using waod fornns shaped to fit so that no debris blocks the in�ert or the
inlet or outlet piping in during adjustmen#s.
a. Do not use any more than a 2-piece bottom.
3. Do not extend chimney portion of the manhole beyond 24 inches.
4_ Use the least number of grade rings necessary to rneet required grade.
CITY OF FORT WORTH
STANDARD CONSTRUCTIOI� SPECIFICATION D�CL7NIENTS
Revised December 20, 2012
�
�
�
�
�
�
�
�
1
2
�
4
5
6
7
8
9
10
I1
12
13
14
15
16
17
I8
19
20
2I
22
�
�
� 23
1
_ �
�
1
i
33OS 14-7
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUC"["[.JRES TO GRADE
Page 7 of 7
a. For example, if a 1-foot adjustmen# is required, use 2 6-inch rings, not S 2-inch
rings.
� �arve�
1. Utilize typical3 piece adjusiable valve box for adjusting to imal grade as shown on
the Drawings.
C. Back�ll and Grading
I. Backfill area of exca�ation surrounding each adjustment in accordance to Section
33 OS 10.
D. Pa�ement Repair
1. If required pauement repair is to be performed in accordance with Section 32 O1 17
or Section 32 O1 29.
3.5 REPAIR / RESTORATION (NOT USED]
3.6 RE-1NSTALLATION [NOT USEDj
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP jNOT USED�
39 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USEDi
3.1� PROTECTION [NOT USED]
3.23 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USEDf
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A —Pay item added for a major manhole adjustment which reuses the existing
frame and cover and a major adjustment requiring a new frame and cover; Added
12/20/2012 D. Johnson ifems to be included in price bids; Blue text added for clarification for miscellaneous
structure adjustments
3.4 — Pavement repair requirements were added
C1TY OP FORT WORTH
STANDARD CONSTRLTCTION SPEC[FICATION DOCUMENTS �
Revised December 20, 2Q12
�
�
�
, � .
.-� �
C1TY0�'PORTWOIZT�T .. . _����.�
�
�
�
33121D-1
WATER SERVICES 1-INCH TO 2-IiVCH
Page 1 of 17
SECTION 33 12 10
_ iz�timr.n nr.ncTrnr.n � n.rn�e��'� _
�
l
a PART1- GENERAL
- 1.1 SUMMARY
� A. Section IncIudes:
1. Lead-firee 1-incla to 2-inch water service lines from the water main to the right-of-
�way, fittings and water meter boxes complete in place, as shown on the Drawings,
, direcied by the Engineer, and specified herein for:
a. New Water Service
� b. New Water Service (Bored}
c. Water Meter Service Relocate
� d. Private Water Service
� B. Daviatians frann this City a��'ort Wor�h Standard Specification
; 1. None.
C. Products Tnstatled but not �'urnished Under this Section
t
�� 1. Water meters for various sizes
i
D. Related Specificatfon Sections include, but are not necessarily limited to:
� 1. Division 0— Bidding Requirements, Contraci Forms aztd Conditions af the Contract
, 2. Division 1— General Requirements
3. Section 33 04 40 — Cleaning and Acc�ptar�ce Testit�g af Water Mains
� 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfiill
� 5. Section 33 12 25 -- Connectian to Existing Water Mains
,
1.2 PRICE AND PAYM�NT PROCEDURES
i
� A. Measurement and Payment
1. New Water Service
' a. Measurement
E l) Measurement for this Item shall be per each new "Water Service" compl�te
�
in place from the tap of the main to the installation of the meter box and
, associated appurtenances where the service line is installed by open cut
� construction.
' b. Payment
1} The work performed and materials fumished in accordance with this Itezn
� and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Water Service" insialled for:
a) Various sizes
-� c. The price bid shall include:
1) Furnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
3) Tapping saddle
i 4) Corporation stop
: 5} Curb stop
' C1TY OF FORT WORTH
� STANDARD COMSTRUCTION 5PECIPICATION DOCUMENTS
Kevised February 14, 2017
331210-2
WATEA SEAVIGES 1-INCH Tp 2-�TCH
Page 2 of 17
6� �1�1rig5
7) Ser�ice line installed by open cut
8� �onnection..to meter
9} Meter Box and Lid
10) Pavement removal
11) Exca�ation
12) Hauling
13) Disposal of excess material
14) Surface Restoratian associated with Meter Box installation and connectian,
excluding grass (seeding, sodding or hydro-mulch paid separately)
15) Cleaz�-up
16) Disinfection
17} Tasting
2. New Bored Water Service
a. Measurement
1} Measurement for this Item shall be per each new Water Service complete in
place from the tap of the main to the installation of the �neter box and
associated appurtenances where the service line is installed by trenchless
methad.
b. Payment
1) The work performed and materials furnished in accardance with fhis Ttern
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Bared Water Service" installed for:
a) Vaz-ious sizes
c. ihe price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5) Fittings
6) Service line installed by trenchless method
7) Connection to meter
8} Meter Box and Lid
9) Pavement rernoval
l0) Excavation
11 } Hauling
12) Disposal of excess material
13} Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately}
14) Clean-up
1S) Disinfection
16) Testing
3. Water Meter Service Reconnect
a. Measurement
1) Measurement far this Itezx► shall be per each Water Meter Service
Reconnect complete in place from public service line connection to private
service line connection.
b. Payment
CITY OF FpRT WORTH
�TANDARD CO�TSTRUCTION SPECIFICAT[O�T DOCUM�NTS
Revised February 14, 2D17
3312t0-3
WATER SERVICES 1-INCH TO 2-INCi�
Page 3 of 17
1) The work performed in conjunction with relacation ofthe rneter, associated
f private service line, fittings and meter box 5 feet or Iess in any direction
' ���ptifPrlinra nf Pxictinu mPt�r 1p6�19�1-c'1�1C���1�-1�11�8�1��—�ll�'i1LS�lEd d�
accordance with this Item will be paid for at the unit price bid per each
� "Water Meter Service, Reconnection" installed for:
E a) Various size of services
c. The price bid shall include:
1) Private service line
� 2} Fiftings
� 3} Private connection to water meter
4) Connection to existing private servic� li:ne
� 5) Cut and crimp of existing service
� 6) Removal and Disposal or Salvage of exisiing 2-inch or smaller water meter,
as direc#ed by City
i 7) Pavemeni removal
� 8) Excavation
9) Hauling
� � 1 D} Disposal of excess n zateria.l
, 1 l) Surface restoration for area disturbed for installation of ineter box,
y excluding grass (seeding, sodding or hydro-mu�ch paid separately}
12) Clean-up
� 13} Cleaning
14) Disinfection
15} Testing
j 4. Private Water Service Retocation
R a. Measurement
1) Measurement for this Item sha11 be per linear foot of Private Service
� relocation compleie in piace from the meter box to a connection to the
existing service Iine on private property.
b. Payment
1} The �vorlc performed in conjunciion with Private Service Line installation
where the meter and meter boxes are moved more than 5 feet in any
� direction fratn cenierline af exisiing me�er location and materials furnished
in accordance with the Item and measured as pravided under
f "Measurement" will be paid for at the unit price bid per linear foot of
"Private Water Service" perFormed fo;r:
� a) Various service sizes
, c. The price bid shall include:
` 1 } Obtaining appropriate permit
'• 2} Obtaining Right of Entry
3) Submitting product data
4) Private service li�e
_� 5) Fittings
6) Backflow preventer, check vaIve, and isolation valve relocation, if
� applicable
� 7) Connection to existing private service line
' 8} Pavem�ni removal and replacement
9) Excavation
� 10} Hauling
11 } Disposal af excess material
CiTY OF FOKT WORTH
STANDARD CONSTRUCTIOI+F SPECIFICAT[ON DOCiIMENTS
Revised February 14, 2U17
33i210-4
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 17
12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
l.3 )_.Clean.-up
14) Cleaning
15) Disinfection
16) Testing
Water Meter Box Replacement
a. Measurement
1} Measurement for this Item shall be per each new Water Meter Box
complete in place at the installation of the meter box and associated
appurtenances where ihe servic� line is existing.
b. Payment
1} The work perfarmed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for a# the unit
price bid per each "Water Meter Box Replacement (Concrete)" installed
for:
a) Various sizes
c. The price bid shall include:
1} Submitting product data
2) Private connection ta water tneter; Subsidiary i�'rneter darnaged during
construction per City lnspec#or
3) Connection to existing pri�ate service line; Subsidiary if ineter damaged
during construction per City Inspector
4) Cut and crimp of existing service; Subsidiary if ineter damaged during
canstruction per City lnspector
5) Ramoval and Dispasal or Salvage of existing 2-inch or smaller water rrketer,
as directed by City; Subsidiary if ineter damaged during canstruction per
City inspector
6) Meter Box and Lid
7) Excavation
8) Hauling
9} Disposal afe�ccess material
10} Surface restoration assaciated with Meter Bax installation, excluding grass
(seeding, sodding or hydro-rnulch paid separately}
li} Clean-up
12} Disinfection
13} Testing �
1.3 REFERENCES
A. Definitions
1. New Service
a. Installation of new 1-inch to 2-inch Water Service Line by open cut
constructian fram the water main ta the right-of-way, including corparation
stop, curb stap, fit�ings and water meter bax�s complete in place, as shawn on
the Drawings.
2. New Service (Bored)
CITY OF FORT WORTH
STANDARD CONSTRLTCTIO�I SPSCIFICATION DOCUMEbITS
Re�ised February 14, 2017
33121D-5
WATEA SEAVICES I-INCH TO 2-INCH
Page 5 of 17
a. Installation of new 1-inch io 2-inch Water Service Line by trenchless
construction method fro�n the water main to the right-of-way, including
coxpo.ration-cto.p,-�ur_�istap, fittin�s an.d �uate�meter-boxes complete ir�lac�-as
show:n on ihe Drawir�gs.
Meter Service Reconnection
a. Relocation and reconnection of the private service-line fronn an existing meter
to be abandoned and a new meter installed that lies within 5 feet of the existing
meter.
4. Private Service ReIocation
a. Relocation and reconnectian of private service line behind the waier meter
where the existing meYer to be abandoned and the new meter installed is greater
than 5 feet of the existing meter. A licensed plumber is required to relocate the
private service.
S. Lead-free
a. Lead-free pipes and plumbing iittings and iixtures shall conEain less that� 0.25
percent lead in accordance rvith the reduction of Lead in Drinking Water Act
{P.L. 111-380).
B. Reference Standards
1. Reference standards cited in this Specification refer to the curreni reference
standard published at the time of the latest revision date 1pgged at the end of this
Specification, unless a date is specifically cited.
2. ASTM Intennatianal {ASTM):
a. A48, Standard Specification for Gray [ron Castings.
b. A536, Standard Specificatian �ar Ductile Iron Castings.
c. B88, Standard Specification for Seamless Copper Water Tube.
d. 898, Standard Specification for Copper-Silicon Allay Rod, Bar and Shapes.
e. C131, Standard Specification far Resistance to Degradatian of Small-Size
Coarse Aggregate by Abrasion and Impact in ih� Los Angeles Machine.
f. C150, Standard Specification for Portland Cement.
g. C330, Standard Speciiicaiion for Lightweight Aggregates for Structural
Concrete.
h. C857 (RL), Standard Practice for Minimzun Structural Design Loading for
Underground Precast Concrete Utiiity Structures
i. D883, Standard Terminoiogy Relating to Plastjcs.
j. D1693, Standard Test Method for Enrviro�xrr�ental Stress-Cracking of Ethylene
Plastics
3. American Water Works Association (AWWA}:
a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case.
b. C800, Unclerground Service Line Valves and Fittings.
4. NSF International (NSF):
a. 61, Dr�nking Water System Camponenis - Healih Effects.
5. Reduction of Lead in Drinking Water Act
a. Public Law 111-380 (P.L. I11-380)
General Services Administration (GSA):
a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole
GITX OF FORT WOKTH
STAN�ARD CON3'I'RiJCTiON SPECIFICATION DQCUMENTS
Revised Pebruary 14, 2017
331210-6
WATER SERVICES L-1NCH TQ 2-1AICH
Page 6 of 17
1,4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Provide advance notice for ser�ice interruptions and meet requirements of Division
0 and Division 1.
LS SUBMITTALS
A. Submittals shall be in accordance with �ection O1 33 00.
B. All submittals shall be approved by the City prior to d�livery.
1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data, if applicable:
1. Tapping SaddIe
2. Corporation stop
3. Curb Stap
4. Service Line
5. Meter Box
6. Meter Box Lid
B. Certificates and Test Reports
1. Priar io shipment of any Water Service camponents, the manufacturer shall submit
the foIiawing:
a. A Certiiicate of Adequacy of Design s#ating fhat the components to be
furnished comply with all regulatory requirements identified in this Seciian
including:
1) The Reductian ofLead in Drinking Water Act {P.L. 111-3$0}
2) AWWA C800
3) NSF 61
1.'� CLOSEOUT SUBMITTALS [N4T USED]
1.8 MAINTENANCE MAT�,RIAL SUBMITTALS [NOT USEDj
1.9 QUALITY ASSURANCE
A. Qualif cations
1. Mariufacturers
a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF
61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the
requiraments of this Specification.
1.10 DELIVERY, STQRAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect a11 parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
2. Protect aI1 equipment and parts against any damage during a prolanged period at the
site.
CI'FY dF FORi' WORTH
STAAIDARD CONSTRUCTIDN SPECTFICATION DOCUMENTS
Revised February 14, 2017
3312]0-7
WATER SERVICES 1-INCH T02-INCH
Page 7 of 17
� 3. Prevent plastic and similar brittle items from being directly exposed to sunlight ar
� extremes in iemperature.
�
— 4: Secure and maintain-a iocation-to-�tor�the trt�tEriaHn aecordance with �'section 01
, 66 00.
1.11 FIELD [SITE] CONDITI4NS [N4T USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER�FURNISHED PRODUCTS
A. Water meiers for various sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufactu:rers
1. Only the manufacturers as listed on the City's �tandard Froducts List will be
cons�dered as shown in Section O1 60 OQ.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is no� Iisted on the Standard Products List is considered a
substitution and shall be s�bmitted in accordance with Section 01 25 00.
3. The Water Services and appurtenances shall be new and the product of a
manufacturer regularly engaged in the manufacturing of Water Services and
appurtenances having similar service and size.
B. Description
1. Regulatory Requiremenis
a. All materials shall conform to the Reduction of Lead in Drinking Water
Aet (P.L. 111-380). This Act de�nes "Lead-free" for pipes and other
appurtenances to be less than 0.�� percent lead.
b. Water Services shall meet or exceed the lates� revisians of AWWA C800 and
shall meet ar exceed the rec�uirements af this Specification.
c. All Water Ser�ices components in contact with potable water shall conform to
the requirements of NSF 61.
C. Materials/Design Criteria
1. Service Lines
a. Frovide Type K Copper Tubing per ASTM B88.
b. Furnish in ihe annealed conditions, unless oiherwise specified in the Contract
Documents.
2. Service Couplings
a. Fitting Ends
1) Flared Copper Tubing with ihread dimensions per AWWA C800
2) Provide coupling nuts wiYh a machined bearing skirt of a length equal ta the
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip compatib�e with the coupling size.
c. Provide lead-free service couplings in accardance with the Reduction of Lead
in Drinking Water Act.
C1TI' OF �'O1ZT WORTH
STANDAKD CONSTR�IJCTTON SPECIFICATION DOCUMElVT5
Kevised February 14, 2017
331210-8
WATER SERVICES 1-TNCH TO 2-iNCH
Page 8 of 17
Corporation stops
a. Provide brass castings per AWWA C800 for:
11 Rp�iec
2) Plugs
3) D washers
4) Bottom nuts
b. Machining and Finishing of 5urfaces
1) Pravide 1 3/a inch per foot or 0.1458 inch per inch � 0.007 inch per inch
iaper of the seating surfaces for the key and body_
2) Reduce large end of the tapered surface of the key in diameter by chamfer
or turning for a distance that will bring the largest end of the seating surface
of the key into th� largest diameter of the seating surface of the body.
3} Relieve taper seat in the body an the small end.
4) Extend small end of the key there-through to prevent �he wearing af a
shoulder and facilitate praper seating of key.
5} Design key, key nut and washer such that if the key nut is tightened ta
failure point, the stem end of the key shall not fraciure.
6) Design nut and stem to withstand a�rning force on the nut of at least 3
times the necessary effort to properly seat the key without failure in any
manner.
7) Part through corparation stop sha�l be fu11 size to eliminate turbulence in
the flow way.
8} Design stop for rotation about the �is of the flow passageway inside the
following minimum circles in order to praperly clear the tappittg machine:
a) Two 7/8-inch for i-inch corporation stops
b) Four 15/16-inch for 1'/z -inch and 2-inch corpora4ian stops
c. Provide iead-free corporation stops in accordance with the Reduction of Lead in
Drinking Water Act.
4. Curb Stops
a. Provide brass castings per AVi7WA CS00.
b. Valve pIugs shall be:
1) Cylinder type
2} Plug type, or
3} Ball type
c. Incorporate fuIl flow porting.
d. Provide far fu11360 degree plug rotatian clockwise or countar-clockwi�n.
�. Overall Length
1) 3-5/1 b inch + 1/8 inch for 1-inch diatneter
2) 4-1/32 inch + 9.32 far 1-inch diameter
f. Cylindrical Plug Tyge
1) Provide O-ring seal at top and bottom.
a} Q-ring at top only is acceptable if bat�om of curb stop body is clased.
2) SeaIs shall be Buna N.
3} 1 O-ring seaI sha�l surround the outlet port of the curb stop and act to
effecti�ely seal in the closed position.
4} The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5} All waie�tr�vays shail be smooth and free of burrs or rough areas.
b} Design the curb stop to provide ease anc! accuracy of operatian and positive
shut-off of water.
CITY OF FOR'C'WOATH
ST'ANDARD CONSTiiUCTION SPECIPICATION DOCi.iMENTS
Revised February 14, 2017
33 12 10 - 4
WATER SERVICES 1-INCH TO 2-INCI-I
Page 9 of l7
g. Tapered Plug Type
1) Provide O-ring seal at top and bottom.
2� �'�g_�p�xgr� n1��Q anri rvlinrlrirai rPrPcc in �e val-ve bod-y-sha�l.bg-�c.l�i�ed
to match within approved manufacturing tolerances.
3) Inlet and outlet ports shall be sealed by O-rings or combination Teflan U-
shaped seal rings backed with O-rings.
4) The port i� the plug shall provide a straight through, full size flow way, so
shaped as ta eliminate turbulence.
5} All waferwvays shall be smooth and free of burrs or rough areas.
6} Design #he curh stop to provide ease and accuracy of operation and positive
shut-off of water.
h. Ball Plug Type
1) Provide double O-ring seals on ihe stem.
2) The ball shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3} Th� ball slaall �a bronze �vith a stnoath Teflon coating.
4) The port in the pIug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
i. Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
5. Straight Adapters
a. Brass castings and threads per AWWA C800
b. Provide lead-free straight adapiers in accordance with the Reduction of Lead in
Drinking Water Act.
6. Three Part Copper Unions
a. Brass castings and threads per AWWA C800
b. Provide iead-free Three Part Copper Unions in accordance with the Aeduction
of Lead in Drinking Water Aci.
7. Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C700
c. Tailpiece wiih outside iron pipe thread
d. Chamfer co rzters on threaded end of ineter nut.
e. Machine inside and outside of tailpiece.
f. Provide lead-fre� Straight Meter Couplings in accardance with the Reduction of
Lead in Drinking Water Act.
$. Branch Connections
a. Brass castings per AWWA CS00
b. Inlet and outlet connec�ions per AWWA C800
c. Provide lead-firee branch connections in accordanca with the Reduction of Lead
in Drinking Water Act.
9. Servzce Saddles
a. Castings
1) Brass or Nylon caated ductile iron castings per AW WA CS00
2) Free of porasity with sharp edges removed
3) Saddle
a) Form to fit firmly against side of maximum diameier of water main
with approximately 180 degrees wrap around.
CITY OF FORT WORTH
STANDARII CO�TSTRUGTIpN SPECIFICAT[OAT DOCj.JMENTS
Aevised �'ehruary 14, 2017
33 12 ]0 - 10
WAT�R SERViCES 1-INCH TO 2-INCH
Paga l a of 17
4) Outlet
a} Design outiet boss for no thread distartian by bending maments.
�z� Tapp�d far taper threaded_c�rporatian_stop_conforming to AW_V�A
C800.
b. Straps
1) Confarm ta ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3} Shall be double straps
4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side.
5} Straps shall be threaded 5/8 inch (1 I-NC-2A} for a distance such that'/2
inch remains after clamp is fully tightened on the pipe.
6} Chart�fer strap e�ds ta protect th� starting threads.
7} The threads shalI be full and free fram shear.
8} 4-inch and larger pipe shall be in accordance with 5ection 33 12 25.
c. Nuts
1) Bgonze material
a) Same material as straps
2) �imensions equal to or larger than heavy l�exagon nuts
3) Tapped 5/8 inch (11-NG2B)
d. Gaskets
1) N�oprene rubber rnat�rial
2) Cemented to saddle and positioned #o facilitate instailation
10. Brass Flang�d Angle Valve
a. For I'/�-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit toget�er �Cey and body by tunning key and reaming body
1) Key with O-ring seal seat at the upper end
2) Lap key and body seat are to conform to corporation stop requirements of
this Specification.
3} The autlat #iange shall contain aa O-ring seat or a unifoz�t�► flat drop�in
flange gasket surface.
4} Drap-in flar�ge gasket surfaca shall contain gasket retaining grooves rnilled
circular aba�at the aa�is of the #lange.
5) The size of the outlet flange and the diameter and spacing of the bolt holes
shall canform to AWWA C700.
6) The flange on 2-inch angle valves sha11 be double drilled to permit
connection to 1 '/z -inch mefers.
7) The inlet port of the valve shall be tapered to conform #o AWWA C800
iaper pipe thread.
S) The key cap shall include a wrenching #ee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Vaive Assembly {main body, key, key cap}
a) Brass material per AWWA C800
b) O-ring seal on the top of the key between the key and body seat
c) Key cap si�all complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed between the key cap and the tap of the valve main body.
d) Provide with padlock wings for locking the valve in the closed position.
C1TY OF FORT WOKTEI
STANDARD CONSTRUCTION SPECIFICATION BOCiJMENTS
Re�ised February 1�4, 2017
33I210-1]
WATER SERVICES I-INCH TO 2-INCH
Page 11 of 17
e} There shall be a uniform application of cold water valve grease
between the body and the key.
_ ���a valvP chall hp ranahlp nf hpi�as�13+ opened.aa�d-stoppin. �l.ug�
g) The waterway through the valve shall be smooth and raunded for
minimum pressure loss, and shall be free of burrs or fins.
h} The valve shall be strong, well destgned, neat in appearance, water-
tight and entirely adequate for the intended purpose.
i) Provide wiih either a high quality rubber drop-in gasket or an Q-ring
seaI depending on the manufacturer's flange seal surface design choice.
e. Provide lead-free brass flanged angle valves in accordance with the Reduction
of Lead in Drinking Water Act.
� 11. Meter Boxes shall:
' a. Be construcied of:
1} Polymer, bIack polyethyiene material as defined in ASTM D883.
� a) Minimum wall thickness of 3/$-inch thraughout with no blowing
a agents or faaining plastics
b) Body sha11 be black throughout, blended at the time of manufacture,
� and stZall have a molded recycled emblern with a minimum of 35
t percent Post Industria�/ Pre Consumer Recycled Content- verified with
� a Leed Praduct Docuznentaiior�.
c) Have a tensiie strength greater than T 700 pounds per square inch {psi).
Ed) Smooth edges and corners and be free fram sharp edges so the unit can
� be handled safeIy without gloves.
e) Exterior free from seams or parting lines.
� fl Have crush resistant ribbing along the outside of the box.
g} Have a flange around the 1id opening to help prevent settling and aide
in adjustment to grade.
t h) Not to be instaIled in roadway — designed to withstand loading in non-
fdeliberate and incidetttal iraff�c only.
2) Concrete
a) Frame of No. 6 gaug� wire welded closed
� b) Type I or Type II Portland cement, in accordance with ASTM C 154,
� portioned with lightweighi aggregate, in accaz'datace with ASTM C330
(1) Percentage of wear not to exceed 40 per ASTM C 131
} (2) Minimum 28 day compressive strength of 3,000 psi
� b. Be able to withstand a minimum 15,000 pounds vertical load
c. Withstand a minimum �400 pounds sic�ewaIl load.
, d. Have pipe holes measuring a minimunn of 2-1/2" x 3-1/4".
� e. 1-inch Standard Meter Box (Class A)
l) �or use with services utilizing 5/8-inch x 3/-inch, 3/a-i�ch or 1-inch meter
Single or Dual service meter.
2) Aolymer
� a} Size: working af not less than 10 inches x 1b inches, 12 inches high
3) Concrete
� a} Size: working area not less than 10-inches x 16-inc�aes, 12 inches high
� f_ 2-inch Standard Meter Box (Class C)
' 1) For use wiih services utilizing P-1/2-inch or 2-inch Single service meter.
2) Polymer
� a) Size: working area not less than 14-inches x 28-inches, 12 inches high
r
. 3 ) Concrete
C1TY OF FORT WORTH � ' -
STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS
Revised February lA, 2017
33 ]2 10 - 12
WATER SERVICES 1-1NCH TO 2-INGH
Page l2 of 17
a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches
high
� _R��llhear� �tandar�lyieter Box (�las�
1) For use with services utilizing two 5/8-inch x 3/a-inch or 3/q-inch or 1-inch
Single service meter.
2) Polymer
a) Size: working area not less than 1 S-inches x 18-inches, 12 inches high
3) Concre�e
a) Size: working area not less tl�an 15-inches x 18-inches, 12 inches high
i 2. Meter Box Lid
a. Meter Box Lids Shall:
I) Be solid throughout with reinforcing ribs.
2) Have City of Fort Worth `Moliy' logo rnolded into the 1id.
3) Bear the Manufacturer's IS {name or logo} and Country of Origin,
4} Be designed both with and without AMI receptacles
5} Ha�e a motded tread-plate
b} Seat securely and evenly inside the meter box and shaIl not overlap the top
edge af the meter box.
7} Have a molded pick bar far use by meter reading toal.
8) Have Automated Meter Infrasttucture (AMI) snap locking slide mounts for
number af ineters/endpoints assaciated with meter box
9) Have an ope�ing ta accept the AMI end-point. Opening shall accommadate
an endpoint with a 1-7/8 inches diameter.
10} Have recessed AMI �nd goint area, to alIeviate a trip hazard, centered over
AMI slide mount. Recess area should be 4-112 inches in diameter and 3/8"
deep.
11) Have built-in anti-flotation devices.
b. Cast Iron ar Ductile Iron
1) Lids for Concreta Meter Boxes shall be constructed out ofa cast iron and
meet RRF-G21 specification.
2) Shall withstand a minimum vertical Ioad of 15,000 pounds
3) Coat castings wi�h a bituminous emulsified asphalt unless otherwise
spacified in the Contract Documents, ground smooth, and cleaned with shot
blasttng, to get a uniform quality free from strength defects and distortions.
4) Dimensions shall be within industry standards af � 1/l b inch per foot.
S) Shall have a plug inserted in to the AMI receptacle to avoid water entering
through opening until the AMI receptacle is used
6) Be a cninit�zum of 1-3/4 inches thick at reinforcing ribs.
7) Casting weights may vary �5 percent from drawing weight per industxy
standards.
c. Plastic{Composite)
1) The lid shall :
a) Cons#ructed of Engineered Plastic as defined in ASTM D883
(1} Have a molded recycled emblem with a minimum of 50 percent
Post Consurner Recycled and SO percent Post Tndustrial/ Pre
Consumer Aecycled Content- verified with a Leed Product
Dacumentation.
{2) Be designed to fit a concrete bo�cast iron box in retrofit
installations.
CITY OF FORT WORTH
STANDARD CONSTitUGTION SPECIFTGATION DOCUME�TTS
Revised February 14; 2017
33 L2 10 - 13
WATER SERVIC�S 1-C1�iCH TO 2-INCH
Page 13 of i 7
{3} Haue a tensile strength greater than 1700 psi.
'� {4) Have a`knock-out" plug ta accept the AMI end- point. Knock-out
- — diametar��iall-be-�� ' �lza� rr�ay-be
substituted far the knock-out pl�g.
F (5) Be constructed out of a composite material blend for maximum
� durability and corrosion resistance.
{6) Be blacic throughaut wtth no biowing agents or foaming plastics
� {7} Smooth edges and corners and be free from sharp edges so the unit
� can be handled safely without gloves.
(8) Exterior free from seams or parting lines.
(9) Have a molded tread-pattern- tread dimensions shall be .188-inch x
� 938-inch x .l 50-inch deep.
� {10) Have "City of Fort Worth" molded into the lid.
{11) Have "Water Meter" molded into the lid- Fant shall be siandard
� Fadal CNC font witi� 1-inch characters x.150-inch deep.
; (12} Haue a molded pick hole pocket- dimensions shall be 3-inch x
9/16-inch x Thru Hole with 3/16-inch 304 stai�less steel rod.
� (I3) Have 2 pieces of'h-inch rebar located in lid packets for
s locatability as shown in Drawings.
{l�l) Have location capability using metal detector.
b} Domesiic Manufaciure Only-Made in USA molded on Lid.
1 c) Nat ta be installed in roadway or parking area
� d} Be designed to withstand H-1Q loading for non-deliberate and
incidental traffic only as .
� e) Have ultraviolet protection.
2) 1-inch Standard Plastic Meter Sox Lid (Class A}
� a) For use with services utilizing 5/8-inch x 3/�-inch, 3/�-inch or 1-inch
�
meter Single or Duai service met�r.
R b} Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high
� c) For use with Class A Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shaII not overlap the
� top edge of tk�e zneter bo�.
� 3) 2-inch Standard Plasttc Meter Box Lid (Class C)
a} For use with services utilizing 1-1/2-inch or 2-inch Single service
, meter.
b) Size 27-inches x 15-i/�4-inches, 1-7/8 inches high
c) �'or use �vith Class C Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
4) Bullhead Standard Plastic Meter Box Lid (Class B)
a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-
inck� Single service �nneter:
b} Size: 16-5/8-inch x 14-5/8-fnch, 1-3/4 inches high
c) For use wiih Class B Standard Meter Box.
d} Polymer Iid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
13. Horizontai Check Valve
a. Equip 1'h-inch and 2-inch Water Services with a horizontal check valve, with
pipe plug, only if specified in the Drawings.
CITY OF FpRT WORTH
STANDARD COATSTRUCTIpN SPECIFICATIpi�T DOCUMENTS
Revised February 14, 20i7
33 [2 [0- 14
WAT�A SEAVICES I-INCH TO 2-1NCH
Page l4 of 17
b. If an existing back�low preventer is present, the Contractor is to leave it, and is
not required ta pravide an additianal horizontal check valve.
� P�uid�lead-fre.e_hori�nntal r.he.r.k valv�� in�ccardance �vih the Reductinn �f
Lead in Drinking Water Act.
14. Service Marker
a. 3 inch wide, 5 mil blue vinyl tape
�.3 ACC�SSOItIES [NOT USED]
�.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
1. At the City's option, the manufacturer shaII be required to provide certifcation
records showing conformance of materials, design and testing to these
Specifications.
2. The test procedures shall conform to AWWA C800.
a. In the e�en# that a chasen val�e fails the City's hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proaf test�ng of the remainder of the valves shall be at the cost and
responsibiliiy of the supplier.
c. These tests will be the basis of acceptance or rejection af the remainder of the
shipment by the City.
3. The City reserves the right to select products at random for testing. The failure of
materials to conform to the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
1. Service saddle castings shall be clearly marked by letters and nunnerals cast thereon
showing:
a. Manufacturer's name
b. Type
c. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for installations on the outiet side of the service meter.
3.2 EXANIINATION [NOT USED�
3.3 PREPARATION [NOT USEDJ
3.4 INSTALLATION
A. General
1. Instali Water Services and appurEenances in accordance with AWWA C800.
2. lnstall Water Service Lines 5 feet north or east of center of Iat frontage on lqts 75
feet or wider, or where shown on Drawings.
3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless
otherwise shown on #he Drawings.
C1TY OF FORT WORTH -
STANDARD CON5TRUCTIdN SPECIFICATION DOCUMENTS
Kevised February 14, 2017
33 12 10 - I S
WAT�RSERVICES 1-INCHT02-INCI�
Page I S of 17
4. Install services at a�nfnirnum deptla af 36 inches be�ow final grade/proposed top of
curb, unless atherwise specified in the Contract Documents.
5-. Perform Ieak�E ' ir Seetion 33�4 4$.
6. Replace existing'/-inch Service Lines with 1-inch new Service Line, tap, and
corporation.
7. Install replaced or relocatea services with the service main iap and service line
being in line with the service meter, unless otherwise directed by the City.
8. Excavate, embed and backfill trenches zn accordance with S�ction 33 OS 10.
B. HandIing
1. Haul and distribute Service Lines fttings at the project site and handle with ca.re to
auoid damage.
a. Inspect each segment of Service Line and reject or repair any damaged pipe
prior to lowering into the trench.
b. Do not handle ihe pipe in such a way that will damage the pipe.
2. At the close of each operating day:
a. Keep the pipe clean and free af debris, dirt, animals and trash — during and after
the Iaying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Service Line Installation
Service Taps
a. Only ductile iron pipe may be directty tapped.
b. Install service taps and/or tap assembIies ofthe specifed size as indicated on
the Drawings, or as specified by iI�e Engineer.
c. Aerform taps on a water system that is either uncharged or under pressure.
d. Taps cansist of
l) For Cancrete Pressure Pipe or Steel Pipe
a) Statadard internal pipe ihreaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with cc threads for up to 2-inch.
(3) Provide flange outlet with flaage ta thread insulator adaptar kits for
4-inch and larger taps.
2) Other pipe materials
a) Bronze service clarnp with a seaIed, threaded port through which the
pipe wall is drilled �o complete a service port �
e. Tap Assemblies
1) Consist of corporation stop with iron to copper connection attached to:
a} Copper tubing terminating as shown on ihe City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d} When required, shall be included in the unit price bid for installing gate
valve.
2) Chlorination and testing purposes
a} No separate payment will be made for taps required for testing and
chlorinatian.
2. Installation of Water Services
a. Install tap and Service I,zne in accordance with City Details.
b. Install meter box in accordance with City Details.
CITY OF FORT WORTT-1
STANDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS
Revised February I4, 2017
33 12 10 - l6
WATER SERViCES 1-INCH TO 2-INCH
Page 16 af 17
1) Adjustment af the Service L�ne to proper meter placement height shall iae
considered as part of the Meter Box installatian.
� ��
a: Provicle a trench width sufficientIy wide to allaw for 2 inches of granular
embedment on either side of the Service Line.
4. Bored Services
a. Services shall be bored utilizing a pilot hale having a diameteg %z inch to '/q
inches larger than the Service Line.
S. Arrangernent
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
other associate appurtenances as shown in the City Detail, and to the approval
of the Engineer.
b. Service Marker
a. When Meter Box is not installed immediately subsequent to service installation: -
1) Mark Curb Stop with a strip af blue vinyl tape fastened to the end of the
ser�ice and extending through the backfill approximately 6 inclaes above
ground at the Meter Box location.
b. It�stallation of service taps only:
1} Attach service marker tape to the corporation stap or plug and extend
upward and normal to ihe main through the backfill at the adjacent trench
edge to at least 6 inches above graund to flag the tap location.
7. Corporation stops
a. Fully open corporation stop priar to backfill.
D. Removai of Exisiing Wat�r Meters
1. Remove, tag and collect existing Water �ervice meter for pickup by #he City for
reconcEitioning or replacement.
2. Afier installation of the Water Service in the proposed location and receipt of a
meter from the Ci#y inspector, install the meter.
3. Reset the :rraet�r box a,s necessary to be flush with existing ground or as otherwise
directed by the City.
4. All such work on the outlet ,side of the service meter shall be performed by a
iicensed plumber.
3.5 REPAIR / AESTORATION [NDT USED]
3.6 RE-INSTALLATION [NOT USED]
3."� FIELD [ox] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Check each Water Service installation far leaks and full flaw through the curb stop
at the time the main is tested in accordance with Section 33 04 40.
3.8 SYSTEM STARTUP [NOT USEDj
3.9 ADJUSTING [NOT USED]
3.1q CLEANING �N4T USEDj
3.11 CLOSEOUT ACTIVITIES [NOT USED]
C1TY OF FORT WbItTH
STANDARD CONSTKUCTTON SPECIFiCATION ➢OCUMENTS
Revised February 14, 2017
�
�
� 3.1� PROTECTION [NOT USED]
s _ _ _ 3.�3 MAINTENANCE �NOT USEDj
� 3.14 ATTACHMENTS [NOT USED]
END OF SECTION
�
�
�
0
�
►
3
,
�
�
1
,
r
�
33 12 10 - 17
WAT�ER S�RVIC�S I-INCH Tp 2-ii�TCN
Paga 17 of 17
Revision Log
DATE NAME SUMMARY OF CHANGE
Added Blue Text for clarification
1.2 A. — Re�ision to items included in price bid
Specification modified to be in accordance with the Reduction of Lead in Drinking
12/20/2612 D. Johnson Water Act — All materials shall be Ieac! Free in accordance with this Act.
1.2.A.3 — WaEer Meter Service Relocate was renamed Water Meter Service
Reconnect
1.6.B. — added certif�cation submittals for compliance with regulatory requirements
Added the phrase `, including grass' to lines;
Part I, 1.2.A.1.c.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c11,
2/13/2013 F. Gri�n Partl, 1.2.A.4.c.11
Added the phtase `and replacement' to line Paet I,I.2.A.4.c.7
Revised lines with `including grass' replacing with `excluding grass (seeding,
4/25/2013 F. Griffin sodding or hydromulching paid separately)'
Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Pari 1, 1.2, A, 3, c, 1 I;
Part 1, 1.2, A, 4, 2, 11
6/19/2013 D. 7ohnson 1,2,A.4.c—Addition ofprivate waCer seavice appurtenaaces re�ocaiion to being
included in the linear foot rice of rivate water services
11/21/2016 W. Norwood Require meter box suitahle for AMI meter. 2.2,C, 11 & 2.2,C,12
11/21/2016 W. Norrvood Require service saddle with double straps. 2.2,C.��J
2/i4/i 7 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..."
2/14/17 W. Norwood 3.4, C, l.d.(2} Remav� nylon sleeve inserts, require cc threacEs.
CITY OF FO1ZT WORTH
; STArilDARD COl�lSTACJCTION SPECIFICATION DOCUMENTS
Revised Fehruary 14, 2017
i
�
�
CITY OF FORT WORTH
�L�"ew�t B`A'w�m rr'uc.. �&�763A�.�.
�
. � �
��f�r��e� � �xp��i�n��
In �ro���s� Proj���s
� City af Plano (TxDOT) —11/201$ to PreSent
� Plano Transit Village Veloweb
0 52 Sta Prep Righ#-of-Way
0 580 SY Concrete Rip Rap Remaval
0 1,fl2� CY Exca�ation [Roadway)
0 3,179 CY Emhankment (TY B}
0 7,036 SY Blocic Sodding
0 2,280 VF 24" Drill Shaft
0 13,8�0 SF Cast-in-Place Concrete Retaining Wall
0 15� CY Concrete Rip Rap
0 60 LF 18" RCP
0 20 LF 30" RCP
0 109 LF 3fi" RCP
0 26 LF 60" RCP
0 4 EA Drainage Inlets
0 3� MO Traffic Control
0 3,442 LF Erosion Control
0 77 5Y 4" Concre#e Sidewalk5
0 6,580 SY 6" Concrete 5idewalks
a 13 EA ADA Ramps
0 1,679 LF 6' Chain LinEc Fencing
0 48 EA Install Small Road Signs
0 2,�35 LF Pavement Striping
■ Contract Value — $ 2,31.0,212.00
� Payment/Performance Bond Required- Yes
�■ Contact — !iz del Turco
o City of Plano, Senior Park Planner, 59Q1 Los Rios Bl�d, Plano, TX 75074
0 972-941-7532
� City nf Fnr# Warth (TxDOT) -- 4/20IS to Present
� Trinity Trails EaSt
0 70 Sta Prep Right-of-Way
0 50 SY Concrete Pa�ing Removal
�.0. �e� �g7 AH�Cb��, °'T� 7�0.7� PH��I�9a4�3�2�?A ��a9�A����-2 i �,�
�r�f.2���M�i 4�Li�7"I��I.GAPoI
0
v
0 3,127 CY Exca�ation
0 10,6�3 CY Fmksankme�t (T1fC}
o S10 CY BacEcfill Pa�ement Edges [TY Aj
0 3,�17 SY Block Sodding
0 10,543 SY Broadcast Seeding {Bermuda}
0 5,524 SY Broadcast Seeding (Native}
0 1�,Z31 SY Rework Base (8")
o S$ VF 24" Drilled 5haft
0 43 CY Class C Concrete Abutment
0 50 CY Appraach Slab
0 34 CY 12" Rip Rap
0 12� CY 24" Rip Rap
0 66� LF Railing (TY E)
0 24 !F 5' x 4' Box Culvert
0 4 EA z4" Meadwalls
0 2 EA 6' Wing Walls
0 1U MO Traffit Control
0 15,224 l.F Erosion Contro�
0 1�,231 SY 5" Concrete 5idewalk
0 36 EA Install Small Road Signs
0 1 EA �0' Prefabricated Steel Truss Bridge
o i76 L� Precast Concrete Boardwalk System
Contract Value — $ 2,277,943.30
Payment/Performance Bond Required-Yes
Contact — Garence Bryant
o City of �ort Worth, Project Manager, 420Q South Freeway, Suite 220D, Fort
Worth, TX 76115
0 817-392-�509
� City of Fort Worth (TxDOTj — 4/201i to Present
n Trinity Trails East Bank Extension
0 4,372 �xca�ation and Embankment
0 2,436 SY Block 5od
a 1,218 SY Soil Retention Blanket
0 12,604 LF Soil Nail Anchors
0 5,4U5 SF Cast-ln-Place Retaining Wall
0 9,427 SF Soil Nail Wall w/ Cast-In-Place Wall Fascia
0 3�2 CY 12" Rip Rap
0 43D !F Concrete Mow Strip
0 2,�19 LF Pedes#rian Rail
0 172 LF 1�", 24" & 36" RCP
0 4 EA Cast-In-Place Inlets
0 2 EA Safety End Treatments
0 398 SY Remove Stone Rip Rap
�•�• ��ii ��� ���M�� � !� ��A�� ���1��$i�6� ����'�7 / �/ �I1AM����Fq � ��R
�N�4i3�i1.2L.�0I�i'RUC'i 10�.CORlf
v
v
s
0 3,625 SY 4" Concrete Sidewalk
0 36 EA LED Step Eigh#s
o� EA 8ridge Flood Lights
0 1 LS Ele�trital Service
0 5 EA Road Signs
0 4,101 LF Pa+rement Striping
0 1�2 SY �eComposed Grani#e
Contract Value — $1,�75,324.65
Payment/Perfarmance Bond Required- Yes
Contact — Clarence Bryant
o City of Fort Worth, Project Manager, 42Qp 5outh Freeway, Suite 2200, Fort
Worth, TX 76115
a �17-392-5609
C��iple�t?� �r�jec'��
� City of Arlington — 2/2017 ta 11/201�
� Eden Road Park Impro�ements
0 1,275 SY 7" Parking Lot
0 22,935 SF 6" Concrete Trail (8' widej �
0 2,5�9 SF 6" Concrete Trail [5' Widej
0 2,450 SF 6" Misc Concrete
0 390 LF Concrete Playground Perimeter Beam
0 30' Hexagonal Pavilion and Slab
0 9 EA Picnic Tables
0 1 EA Drinking Fountain
0 6 EA Benches
0 3 EA BBQ Grills
0 145 LF Concrete �l/low Strip
0 1 LS Landscape and Irrigation
0 170 LF Water Ser�ice Line
0 1 LS Electrical Service, pavilion electrical and Parking l.ot Lighting
0 565 LF Split Rail Fence
0 7 EA Trash Receptacles
0 3 EA Pe# Waste Statian
0 1 EA 9Viotorized Access Gate
n Contract Vafue — $1,020,742.00
� Payment/Perfarrrtance Bond Required- Yes
� Cantact — Eric Seebock
o City of Arlington, Parics Planner, �1� W Main St, Arlington, TX 760i3
0 81y-459-54�9
�.0. Bo� ��i' R�o��, �C i��i� Pbo�r ��������70 F�a�a40��2'! 2O
��.�11��0��'Ru�r'���.�e�
e City of Bridgepart (TxD01'j —10/2017 to �/201�
� 17}" S#reet Sidewalk Impro�ements
0 75 LF Remove Curb & Gutter
0 270 SY Remo�e Asphalt Pavernent
0 7.,842 SY 4" Campost and Block Sodding
0 2y0 SY 6" Flexbase
0 19 TIV Asphalt Pavement
0 270 SY f" Concrete Pavement
0 244 5F Integral Sidewalk Re#aining Wall
0 30 LF Pedestrian Rail
0 470 LF Monolithic Curb
0 29 EA Curb Ramps
0 1,562 SY �4" Concrete 5idewalk
0 1,Z13 LF 12" & 24" Pa�ement Marking5
0 3 EA Road Signs
a 1 EA Metal Sidewalk Drain
■ Contract Value — $Z73,503A0
� Payment/Performance Bond Required-Yes �
� Contact —Jesica McEarchen
o City of Bridgeport, City Manager, 900 Thompson Street, Bridgeport, TX 76426
0 940-6�3-34D2
e City of Lewisville (Federally Fundedj —�/2017 ta 11/2017
� Poydras and Decker Lane Raad Improuements
0 1,17$ SY 4" Topsoif
o �47� SY Sodding
0 990 SF Remove Cpncrete Paving
0 28,130 SF Remove Asphalt Pa�ing
0 159 CY Roadway and Channel Exca�ation
0 113 SY Flexbase
0 20 5Y Asphalt Pa�ement
0 3,651 SY 7" Concrete Roadway Pavement
0 5Z LF Curb & Gutter
0 40 SY Concrete Sidewalk
0 2 EA Fire Hydrant Relocation5
0 4 EA Water Ser�ice Relocations
° Cantract Value - $396,446.30
� Payment/Performance Band Required- Yes
■ Contact — Toby McGuire
a City of Lewisville, Operations Supervisor, 151 W. Church St., Lewis�ille, TX
75057
0 972-219-3�11
���• ��� �lOL i 1�OlVl�� 1 Ll L�I��� �i�1�17C'�"'f'�'""'Q!/M'!E/l � l CiA4���"'Y^��i� ���
� ii � �5 ��+�i��'1 ���'���] ���i�
� City o# Arfington — 4/20i6 to 8/201i
� Julia Burgen Park De►►elopment
0 6,566 LF concrete curb & gutter removal
0 125,416 SF asphalt pa�ing removal
0 14,359 SF concrete paving remar►al
0 1 LS miscellaneous utility removal
a 7,950 CY Earthwork
a 64,�69 SF 10' Wide Concrete Trail
0 16,697 SF 6" parking lot & driveway
0 1,612 tF tonCrete curb & guiter
o�,700 5F 6" asphalt pa�ing
0 628 LF $" concrete mowstrip
0 9 EA Park Benches
a 4 EA Picnic Tables
0 8 EA trash receptacfes
0 1 EA bike rack
0 1 �A water fountain
o i LS 2 to 5 year o!d pfayground
0 1 LS 5 ta 12 year old playground
0 1 LS freestanding swing equipment
0 62� tF 5plit Rail Cedar Fence w/ electronic entry gate
0 1 EA 40' hexagonal pavilion with elec#rical, masonry, slab, etc
0 340,236 SF irrigation system
0 20 EA trees
■ Contract Value — $1,734,6�9.00
a Payment/Performance Bond Required- Yes
A Contact — Mitali Mandlekar
o City of Arlington, Parks Project Manager, 717 W Main St, Arlington, TX 76013
o �17-459-547�
o City af Boyd —11/2015 to 10/2015
� 2015 Knox Street Paving Improvements
0 8,47� SY remove asphalt and flex base paving
0 686 LF pipe cufvert removal
0 1,14� CY earthwork
0 7,842 SY Z" asphalt surface overlay
0 7,842 SY 6" crushed rock base
0 5,066 LF �" x�" concrete pauement edge
0 8,991 SF concrete sidewalk
0 900 LF 12". 1�" and 1$" RCP
0 5� EA 12", 15" and 18" TY II safety end treatment
n Contract Value - $546,222A0
° Payment/Performance Bond Required- Yes
�� Contact — Greg Arrington
�.0. �o� �9i R�o��, '� 7�0°7� PHO�II������-�,6�� �'.a►x-��8�4���, 9 �O
��.��.�o�el�'��rc'r`[or�.�o�
o City of Boyd, City AdminisEratar, PO Box 216, Boyd, TX 76023
0 440-433-5156
e City of �Celler —12/20i.5 ta 10/2016
■ Bear Creek Park Renovations - 2015
0 1,000 SF demo existing CMU pavilion
0 5,950 SF remove concre#e paving
0 41,540 5F rerno�e asphalt paving
0 2,92� LF remove bollard fence
a 6,771 LF concrete curb & gutter
0 5,176 SY 8" asphalt pa�ing
0 2,800 SY cement stabilize existing paving & o�erlay w/ 4" asphalt
0 9,529 SY 2" asphalt averlay
0 3,820 SY concrete trail
0 4 EA water fountains
0 4 EA remouable bollards
0 640 LF pipe raif barrier
0 1 EA 30' paviGon
0 1 EA GO' x 40' pa�ilion
0 1 EA masonry dumps#er enclosure
0 5 EA backstops
0 2 EA full court basketball courts with goals
0 4 EA pirkle ball caurts with nets
0 34 EA tree5
0 51,370 SY landscaping
0 1 LS renovation of existing historical wood pedestrian bridge
� Contrac# Value - $1,745,410.00
s Payment/Performance 8ond Required-Yes
� Contact — Gary Davis
o City of Keller, Park lVlaintenance & De�elopment Manager, 1100 Bear Creek
Parkway, Keller, Tx 7&244
0 817-743-4057
� City of Highland Village —10/2014 to 9/20i5
� Lakeside Community Park
0 1,560 SY 6" Concrete Parking Lot
0 1,413 SY 5" Concrete Trail & Sidewalk
0 1 EA Prefabricated Restroom Building including Sul�grade Prepara#ian
0 1 EA 30' x 30' Pa�ilion Shelter including Foundation, Electrical & fVlasonry
0 1 EA ZO' x 30' Pavili�n Shel#er incfuding Foundation, Electri�al & Masonry
0 155 SF Detectable Warning 5trips
0 1 EA 5ewer Service to Restroom
0 1 EA Water Service to Restroom and both Pavilions
■ Contract Value - $625,p44.00
�.0. �ox .��� RKIo��, r� i�07� P�[��I��������� �'��9������ � �O
�.������ir`��r�'[o�.�o�w
� Payment/Performance Bond Required-Yes
� Contact — Fince Espinoza
o City of Highland Viliage, Recreation and Park Project 5uperintendent, 1000
Highland Village Rd., Highland Village, TX 75077
a 972-317-7430
� Town of Flower Mound -- 6/20A5 to 2/2016
� Heritage Park Phase 2 Dog Park
0 3 AC Clear and Grubb Hea+ry Trees
, 0 2,500 CY Earthwark
0 18�,359 SF Solid 5od
o�,5�6 SF Concrete Parking Spaces
0 12,�4� 5F Cnncrete Fire Lane
0 10,362 SF Concrete 5idewalk
0 2,018 I.F 6' Gafvanized Chain Link Fencing
o i,344 LF 6' Black Vinyl Ghain Link Fencing
0 14 EA 6' Chain Link Gates
0 2,792 LF 12" Concrete Mow Strip
0 5 EA Concrete ADA Ramps
0 502 LF Capper Water Service Line
0 3 EA Water Fauntain5
0 2 EA Pet Wash Hydrant
0 1 EA Pedestrian Bridge
0 365 LF �" and 12" Storm Drain Line
0 2 EA 12" Grate Inlets
0 1 EA 5' Curb Inlet
0 1 EA F�eadwafl
0 554 CY Engineered Wood Fiber
0 1 EA Custom Masonry & Steel "Dog B�ne" Park Sign
� Contract Value - $877,311.50
° Payment/Performance Bond Required-Yes
s Contact — Da�id Bauer
o Tawn of Flawer Mound, Construction Nianager, 2i2Z Cross Timbers Rd, Flower
Mound, TX 75028
0 972-�74-63p$
� City of Frisco — 7/2015 to 4/2D16
� Cot#onwood Creek Trail
0 2,435 CY Earthwork
a 7,858 5Y Concrete Trails
0 2 EA Rest Station w/ Concrete Wail & Masonry Veneer
0 1 EA Trail Overloak w/ Concrete Wall & Masonry Veneer
0 1 EA 60' Pedestrian Bridge
0 745 SF Concrete Re#aining Walf w/ Masonry Veneer
�.0. ��� �S°7 RHAI��, 1"� if3�'�� P�O��������2�'70 �'AXa9$���-2 Y 2�
�4i�4(i�.�,�,�O��i RiJ�i I�I�I.��YW
�,
N
0
0 3 EA Low Water Trail Cro55ing
0 320 LF Steel Fence w/ Mows#rip
0 82 LF Custom Hea�y Duty Pedestrian Rail
0 3�,09U SF So[i
0 200 TN River Rock under Bridge
0 3 EA EmergencyTrail Markers
Contract Value - $752,26fi.00
Payment/Performance Bond Required- Yes
Can#act — Ryan Cheff
o City of Frisco, 5enior Park Planner, 6726 Walnut St, Frisco, TX 75033
0 972-292-6503
� Town of Flower Mound — 4/2016 to 7/2015
� 2U13 & 2014 Sidewafk links Project
0 3,647 5Y Concrete 5idewalk
0 75 SY 6" High-Early Strength Concrete Pa�ring
0 260 LF 6" High-Early Strength Concrete Cur�
0 3 EA Handicap Ramps
0 90 LF Steel Petiestrian Handrail
� Contract Value - $213,�3$.pp
■ Payment/Performance Bond Required- Yes
° Cantact — �latt Hotelling, PE
o Town of Ffower Mound, Traffic Engineer, 10D1 Cross Timhers Suite 2330,
Flower Maund, TX 75028
0 97z-874-6303
� City of Plana -- 5/207,5 to 5/2016
� BN5F Railroad Right-Of-Way Drainage Improvements
0 2,Q00 CY General Excavatian
0 1 EA Remove Grate Drop Inlet
0 1 EA Remove 42" beadwall
0 101F Remove 42" RCP
0 312 LF 42" RCP
o ZS LF 18" RCP
0 1 EA �42" Headwall
0 1 EA 18" Headwall
0 3 EA Storm Drain 11llanhole
0 1 EA �' Curb Inlet
0 95 CY 3'x3' Gabian Strt�cture
0 90 CY 1.5'x3' Gabion 5tructure
0 35 CY IZ" Gabion Mattress
0 1�� CY Concrete Pilot Channel
0 1,500 SY Permanent Erasion Matting
0 2 EA Cattle Guards
�.�. �o� �g7 �t�-[o��, i�C 7��7� PH�rrE������-�,�i� F�c g������'i �,O
��.2LCoN�°r�uc:rio�.co�
.
�
0
0 900 LF li�estock Fencing
0 4,4pU SY Temporary Constru�tion Access D�'ive
0 2,200 SY Hydromulch
o �0 Days BNSF Flag�ing
Contract Value - $510,USU.00
Payment/Performance Bond Required- Yes
Cor�tact — Husain Hamza, PE
o City of Plano, Engineer II, 3520 K A�enue, Suite 25U, Plano, TX 75074
0 9�2-941-7152
� City of Plano — 2/2015 to 2/2016
� Plano Richardson Murphy Trail Connection, Phase 2, Breckinridge Trail
0 3,270 CY Earthwork
0 6,668 SY 12' Wide Concrete Trail
a 201 SY 8' Wide Concrete Trail
0 1 LS Subsurface Drainage Strutture
0 264 SF Stone Re#aining Wall
0 3 LS Trail Signage & Striping
0 11,000 SY Nati�e Grass Seeding
° Contract Value — $545,983.00
�+ Payment/Perforrr�ance Band Required- Yes
■ Contact — Renee lordan
o City of Plano, Chie# Park Planner, 5901 tos F�ios Blvd, Plano, TX 75074
0 972-941-7267
s City of North Richland bills (TxDOTj — 7/2013 to 3/2015
■ John Barfield and Calloway Branch Multi-use Trails
0 30,194 SY 10' Wide Concrete irail
0 4 EA Pedestrian Bridges (30', 40', 100` and 120' spans)
0 6 EA Cul�ert Crossing from 1�" RCP ta 10'x5' RCB
0 42,200 SY Sod and Seed Installation
o i LS irail Signage and Striping
0 31,160 CY Earthwork and Excavation
0 1,250 SY Landscape Pavers
0 1,500 SF Concrete Retaining Wall with Stane Veneer
0 460 CY 1�" 5tone Rip Rap Protection
� Contract Value — $2,fi92,�72.00
� Payment/Performance Bnnd Required- Yes
� Contact — Joe Pack
o City of Nor#h Richland Flills, Parks Department, �3U1 iVE Loop $20, North
Richland Hills, TX 761�0
a 81�-427-6622
�.0. ��x ��i RtioA�[�, r� i��i� Pa����������70 �r����44�4��2 i 2A
�f�41�.��,�0��'i Rl�r�i [��t.G��
� City of Bedford — S/2014 to 5/2015
° Meadow Park Trail Extension
0 2,330 SY 6" Cancrete Trail
0 5' EA Intersectian Handicap Ramps
0 100 LF Block tandscape Wall System
� Contract Vaiue - $153,522.OD
° Payment/Performance Bond Etequired- Yes
s Contac# — Don Henderson
o City of Bedford, Parks Superintendent, 2140 L. Don Dodson, Bedford, TX �6021
0 817-9�52-2308
s City of Arlington — 6/20l4 to i2/Z014
■ bigh Oak Park Improvernents
0 3,15� SY 5" Concrete Trail (1U' &$' wide}
0 125 LF Concrete Retaining Wafl with Formliner Face
0 505 LF Stone Retaining Wall
o I,605 LF Treated Two Rail Perimeter Fence
0 90 f.F Stockade Fence
� Contract Value — $329,p1�.00
° Payment/PerFarmance Bond Required- Yes
s Contact — De'Onna Garner
o City of Arlington, Parks Planning Manager, 717 W Main St, Arlington, iX �6013
0 817-459-693�
e City of Lewisr►ille — 4/2014 to �/20Z4
� Walters Street Parking Lot
s
0 3,900 SY 6" Concrete Parking Lot
0 12� SY S" High-Early Strength Concrete Dri�es
0 320 SF 4" Concrete Sidewalk
0 6 EA Parking Eot Pole Lights
0 1 LS lrrigation System
0 1 L5 Trees, Shrubs, Steel Edging, Decomposed Granite & Bnulders
0 302 LF 6' Stockade Cedar Fence
Cantract Value - $306,488.00
Paymen#/Performance Bond Required- Yes
�� Contact — Jeff Kelfy
o City af Lewisvilie, Assistant City Engineer,151 W. Church St., Lewisville, TX
i50��
0 972-219-3492
� City of Highland Village — 3/Z014 to 6/2014
� Brazos Park Parking Lot Praject
0 2,362 5Y 7" Concrete Parking Lot and Drives
P.�. �ox �gi R�o��, i'�C 7�07� PH������43�-2�`7� �.� �4���-�'i �,�
�.����M�i'�U�TIO�I.CO]�I
0
v
�
0 77 SY 9" Concrete Drive Approach
0 3,974 SF 4" & 5" Concre#e Trail & Sidewalk
0 1,111 !F 6" Cancrete Curb (parking io#)
0 42 LF 1�" RCP
0 1 EA IO' Curb Inlet
0 1!S Irrigatian System & Sodding
0 7 EA Bollard Lights
0 313 LF Remove Concrete Curb & Gutter
0 2�9 SY 9" Concrete Turn Lane
0 230 LF 6" Cancrete Curb {street)
0 1 LS Roadway Striping & 5ignage
Contract Value - $257,757.00
Payment/Performance Sond Required- Yes
Contact — Fince Espinoza
o City of Highland Village, Recreation and Park Praject Superintendent, 100D
Highland Village Rd., Highland Village, TX 75D77
0 972-317-7430
� Denton County Fresh Water District — 11/2013 to 7/2014
a Artesia Subdiuision Pavement Repair
0 11,039 SY Removal of Existing 6" Roadway Pa�ement
0 11,039 SY Scarified and Compacted Subgrade
0 11,039 SY $" Concrete Roadway Pa�ement w/ Monolithic Curb
� Contract Value —$741,338.72
° Payment/Performance Band Required- Yes
� Contact—Jim Koehfer
o Graham Associates Inc, 5enior Project Manager, 60Q Six Flags Dr, Suite 50U,
Arlington, TX 76U11
o �17-64Q-�535
• City of Arlington (TxD07) — 3/2013 to 3/2Q14
� Bowman Branch Trail
0 17,522 SY 12' Wide Concrete'irail
0 4,52U CY EarEhwartc
0 1 EA Pedestrian Bridge [3fl' span]
0 5 EA Park Benches
0 4 EA Picnic Tables
0 884 SF Interlocking Articulating Concrete Blocks
a 2 EA Intersection Signals including VIVDS Cameras and Pedestrian Pales
0 37� LF Spli# Rail Cedar Fence
0 1 EA "frail Head Map Pedestat incEuding Masonry
A Contrac# Value — $1,2�4,299.3D
� Payment/Performance Bond Required- Yes
■ Contact �- De'Onna Garner
��A• ��� MO/l ������ ! Ll l ���� ���a9�������!/1 � �l�iiA��lQI"T��l� � ��
v�i �iQ��i�..�s�i�����1'��i���.��i
o City of Arlington, Parks Planning Manager, 717 W Main St, Arlington, TX 76013
0 827-459-6937
s Denton County — 3/2013 to 7/2013
s Old Alton Dri�e Culvert Replacement
0 4D LF Removal of 3 Barrel 60" CMP
0 80 LF 10' x 6' Cast-In-Place Box Culvert
0 2 EA Concre#e Headwalls with Paralle! Wings
0 165 SY 1$" GrouEed 5tone Rip Rap
0 120 LF Waterline Relocatipn
0 65 LF 1.�" RCP
0 1 EA Type N Drop Inlet
0 183 SY 3" HMAC Pa�ing
0 39 SY 4" MMAC Mowstrip
� Contract Value — $266,697.00
° Payment/Performance Bond Required- Yes
■ Cnntact — Bennet# Hawell
o Denton County, Director of Public Works, �.505 E MtKinney St, Suite 17'S,
Denton, TX 7G209
0 940-3493250
� City of Burleson — 2/2013 to 3/2013
�� Clubhouse Dri�e Waterline Relocation Project
0 7. LS De-chlorination of 12" Waterline
0 250 LF 12" DR-1$ Waterline by Open Cut
0 1331F 21" Bore with Steel Casing
0 2 EA Speciaf Waterline Connections (Cut line & install tees and valves within 6
hour windaw. Waterline was anly line #eeding subdi�ision and golt course)
0 2 EA Cut, Plug and Black Existing 12" Waterline
0 14$ SY Remove & Replace 5" Concrete Pa�ement with IVlonolithic Curb
� Contract Value — $101,100.00
° Payment/Performance Bond Required- Yes
■ Contact — Lance Barton
o City of Burleson, Project Engineer,141 W Renfro, Burleson, TX 7602�
o $17-426-9621
s City pf Fort WOrth (TxDOTj -- 2/Z013 to 10/2013
� Trail Dri�ers Park'�rail Connection
0 2.19� SY 1U' Wide Cancrete Trail
0 270 LF Concrete Curb and Gutter
0 1 EA Portable Taile# Enclosure Including Masonry and Ornamental Steel
0 1 LS Landscape and Irrigation
a 1. LS Trail Signage
0 959 CY Earthwork and Exca�ation
�.�. �oX ��i �tH��f�, T� 7��7� PHOI+���4�-����,�70 F'.��4��4���'12A
�f�i4CW. �LCO�I�"i'�UC7'[O�I.��tb�
� Contract Value—$268,326.7fl
� Payment/Performance Bond Required- Yes
■ Contact — Scott Penn
o City af Fort Worth, Parks Department District SuperintendenE, 4200 South
Freeway, Suite 2�00, Fort Worth, TX �6115
o �17-392-5750
• City of Sanger —11/2012 to 12/2012
� �in Street & Keaton Road Sidewalk & Drainage Improvements
0 8,7z0 SF 4' & 5' Sidewalk
0 396 LF 24" HDPE Pipe
0 9 EA 24" Catth Basin
0 18 LF 10' x 3' Concrete Box Culvert
� Contract Value—$129,165.OD
° Payment/Performance Bond Required- Yes
s Contact — Robert WoodS
o City af Sanger, Public Works Director/City Engineer, 2U1 Bolivar St., Sanger, TX
76266
0 940-45�-2571
e City af Aurora {Federally Funded) -- i2/2012 to 4/2013
� SH 11412" Waterline
0 3,2�1 LF of 12" DR18 Waterline
0 7 EA 12" Gate Valve
0 7 EA Fire Hydrant Assembly
0 5 EA Residential 1" 5ervice Line Connection
� Contract Value — $225,0�0.00
�� Payment/Performance Bond Required- Yes
�� Contact — Mi�e Andersan
o Befcheff & Associates, City Engineer, 1.00 Trophy Club Dr, Ste 103, Trophy Club,
TX 76262
o �17-491-2776
a City of Joshua — 9/2U12 to 2/z013
� Detention Pand for loshua 5tation
0 24,27Q CY unclassified pond excavation and gradin�
0 500 LF of G' wide concrete flume
0 92 LF 48" RCP
0 2 EA cast-in-place 42" concrete headwall, 2 EA cast-in-place 21" concrete
headwall
0 590 SY sod, 15,390 SY hydromulch seeding, 6,225 SY curlex fibernet blanke#
° Cantract Value — $210,232.75
■ Payment/Performance Bond Required- Yes
� Contact — Mike Peacot�C
R.O. �oX �9i R�IOM�, `� `��6i� P�o�����,4��Ci70 F'����0���2'i 2�
�fSiwgflt.��,CA�i�i R[J�r IOI�I.�OI[v�
o City of Joshua, Director of Operatians, 101 South Main St., Joshua, TX 76058
0 81�-558-7447
s City of Mansfield — 6/201Z to �2/2Q12
� Hogpen Branch Linear Detention Facility-Pond B
0 320 SY of concrete pa�ing removal
0 775 CY excavation and construction of imported clay keyway
a 6,U00 CY of berm excavation and fill
0 270 CY of cast-in-place concrete outfall structure
0 7U0 SY of 1$" gabion mattress and 302 CY of 3' x 3' gabion hasket
0 2,770 SY of slape protectian matting and hydromulch seeding
� Contract Value —$340,270.50
� Payment/Performance Band Required-Yes
� Contact — Gus Cha�arria
o City of Mansfield, Project Manager, 1200 E. Broad St., Mansfield, TX 76063
0 817-276-4235
e City of Sanger — 6/2012 to 12/2Q12
■ Sims 5t. & 4th St. Drainage improvements
0 94 LF of S'x5', 7'x3', and 4'x2' reinfnrced concrete box culvert
0 7.55 LF of 36", 30", 24", and 18" RCP
0 99 LF of cnncrete headwalls and wingwalls
0 445 SY concrete channel paving
0 4 EA cancrete inlets and junction boxes
� Contract Value—$243,152.00
° Payment/�erFormance Bond Required-Yes
� Contact — Robert Woads
o City of Sanger, Public Works Directar/City Engineer, 201 Bolivar St., Sanger, TX
�fi2G6
0 940-45�-2571
� City of Denton — 6/2012 to 3/2013
■ Hickory Street Sidewalks & Enhancements
0 605 5Y of asphalt and concrete paving demolition
0 1,250 LF of concrete �urb & gutter
0 11,345 SF af 6" and 9" concrete sidewalk
0 220 LF of 1�" RCP
0 8 EA cast-in-place concrete inlets and junction boxes
0 1 LS miscellaneous site amenities including benches, trash cans, etc
0 1 LS landscaping including 12 trees w/ bubbler irrigation system and sub drain
system
o Instaflation o# stree# lighting sys#em including 2 bores under s#reet
o Installation of pedestrian signal system including 2 bores and ane open cut
street crossing
�.�. �ox ��� Rb���, i�C i�07� ��[���wg��:��-�6i� �'��9����-�'i ��
��.��..C���`�u�°t'[o�.eo�
� Contract Value —$404,259.14
° Paymen#/Performance Bond Required- Yes
� Contact — berman Lawson
o City of Denton Facilities Management, Spec+ai Projects Manager, 869 5.
Woodrow, Denton, TX 7f20S
0 940-349-�200
� City of Naslet —1/2012 to 1/2013
� Buffalo Creek Sanitary 5ewer Line
0 9,364 LF of �" to 15" 5DR 35
0 36 LF of 28" bore and casing
0 29 EA 5' diameter manholes
0 1 EA ahandon existing lift s#ation
■ Contract Value — $503,330.80
° Payment/Performance Bonti Required- Yes
� Contact — Raman Boitsov
o Bel�heff & Associates, City Engineer, 100 Trophy Club Dr, Ste 103, Trophy Cfub,
TX 7fi262
o �17-491-2776
� City of The Colony — 6/2012 to 12/2012
� Bill Allen Memorial Park �rosian Controf Praject
0 1 EA demolition of existing box culvert bridge and headwalls
0 1 EA 37' fong pedestrian bridge
0 1,0�0 5F c�ntrete sidewalks & bike trail
0 10S CY �.$" gabion mattress, 200 CY 3' x 3' gabion basket
0 1 EA instaflatian of existing street light on new foundation
m Cantract Value — $196,122.00
R Payment/Performance Bond Required-Yes
� Cantact — Ron Hartline
o City of The Colony, City Engineer, 6800 Main St., The Calony, TX 75056
0 972-624-314�
a Mansfield Independent Schaol District — 6/2d1z to 10/2012
� 6t" Avenue Transpor#ation Facility Parking Lot Expansion
o Z,520 CY excavation and embankment
0 5,2�5 SY of 6" flexbase subgrade
0 4,433 SY �f 7" concrete bus parking iot
o�52 SY of 5" concrete �ehicular parking lot
0 335 LF of double barrel 30" RCP
0 2 EA double barrel 30" cast-in-place concrete headwal! with baffles
� Cantract Value -- $324,00�.25
� Payment/Performance Bnnd Required- Yes
� Contact — Randy Jandrucko
�.0. �ox �9i R�]IOY��, r�C i��i� Pao���0-����i� F"p►�c������-� `i �,O
i�4�3�41W.�6GO�d�'i`R�rC r'[Ol�I.�O�If
o Nuckabee Project Managernent, Project Manager, 1016 Magnolia St, Bldg 400,
Mansfield, TX i6063
a 57.7-299-6396
a Town of Flower Mound - 6/2011 to �/20Z2
� Wilson-Carmel Park Phase I
o Clear and grub 9 acres of heavily wooded trees
o Approximateiy 20,000 cy af earthwork
o Installation of 5S' lang pedestrian bridge
o Installafion and foundation for modular restroom building
a
s
o Installation and foundatian for pre-fab'T-shaped' pa�rilion
o Construction of amphitheater foundation
0 9,805 sy �f concrete parking and raadway with associated lime subgrade
stahilization
o Construction of two deceleration lanes and one turn lane on exis#ing roadway
0 8,750 If of 8' and 6' concrete trails
0 7.,315 If of 1�", 21", 24" and 30" reinfarced concrete pipe
o Construction of 17 cast in place concrete structure including headwalls, grate
inlets, storm drain manholes, and curb inlets
o Installation af 2,350 If ofi 6" and �" water main line
o Installation of 4 fire hydran#s, 10 gate �alves and 2 water services
o Ins#allation of Z54 If nf 8" sanitary sewer line with two manholes
o Misceflaneous masonry including 3,�OU si of retaining wall, 1 entry monument
sign, modular restroom brick �eneer, briclz columns at pa�ilion, 2 dumpster
enclosures, and miscellaneous landscape items
o Landscaping including 70,000 sy hydromulch, 3,200 sy sod, 596 small plants
o Site efectrital includir�g parking lot lighting, services to amphitheater and
restroom, pa►►ilion lighting and electrital
Contract Value — $2,045,751.00
Payment/Performance Bond Required- Yes
� Contact — David Bauer
o Town of Flower Mound, Constructian Manager, 2121 Crass Timbers Rd, Flawer
Mound, TX i5028
0 972-874-630�
� Collin County — il/20�.1 to 5/2012
s CR 134 over Honey Creek Bridge
0 1,166 CY of roadway and channel exca�ation
0 261 CY of Cast-in-place 24' x 12' dear span box culvert
0 120 LF of 120" CMP remo�al
0 2 EA 1Y wingwalls
0 819 SY af 8" flex base under roadway
0 71 tons asphaft paving
o Miscellan�ous striping, guardrail, and fencing
�.�. �O�C ��'� R�iAIVI�, T�C 7�0°7� �H�N��g��������� �'AX-��4�^���� � �A
�.2 L.C� N�°i'R11�'l'I OA! . C 014t
■ Contract Value — $Z67,750.7D
� Payment/Perfarmance Bond Required- Yes
� Contact — Jeff Durham
o Collin County, Parks and Project Manager, �25 N McDonald, Ste 145,
McKinney, TX 75069
0 972-54�-3723
• City of Corinth — 8/2011 ta 12/Z07.1
■ Elm Fark �leVatect Walkway
0 102 CY o# walkway and trail Prep on core of engineers property
0 140 LF of 24" drill shaft
0 2 EA concrete bridge alou#ments
0 1 EA installation of prefabricated steel truss equine/pedestrian l�ridge
■ Cantract Value —$136,440.pU
� Payment/Performance Bond Required- Yes
� Contact — Daniel "fremper
o Freese and Nichols lnc, Project Engineer, 2z�0 San Jacinto Blvd, Ste 330,
Denton, TX 76205
0 940-22p-4352
e Texas Woman's llni�ersity — 3/2011 to 8/2011
■ iWU Parking Lot at Former Reagan Hauston Site
o Demolition af 2,OQ0 SY of Existing Concrete Pa�ing
o Remo�e and Salvage of fi Lighi Poles
0 1,800 CY of Imported Fill
0 9,8�5 SY nf 6" Stabilized 5ubgrade {10% Cement/Roadbondj
0 8,330 SY af S" Concrete Paving
0 1,485 5Y of 6" Concrete Pa�ing
0 1,240 SF 4" Sidewalk
0 326 !F of 12" and 24" RCP
0 3 EA 12" and 24" Headwalls
0 14 EA Light PaleS and 1 EA Code Blue Emergency pole
� Cantract Value — $65�,806.50
� Payment/Perfarmance Bond Required- Yes
� Contact —
o Alex Thomas, Texas Woman's University, Project Manager, 940-898-3147
o Jason Faigle, Allisan Engineering Group, Project fngineer, 940-38D-9453
� City of iiaslet — 2/20i1 to 6/2011
� Gammil to Community Park Sidewalk and Handicap Ramp Project
o� 266 SY b" Concrete Pa�rement
0 332 SY 6" Concrete Parking Lat
0 287 SY �" Lime Stabilization
0 3�3 SY 6" Flex Base Subgrade
�.�. �o� ��i RaoY�E,1'� 7�07� �H�➢�[�9a4k��3.�-26i� ��►�[ ���4��-�, `i �,O
�3(.�L.GON�TRU�1'IAN. COM
v
�
0
0 473 5Y 4" Concrete Sidewalk
0 4 EA 4" Concrete Curb Ramp
0 32 SY 5" Concrete Driveway
0 10 SY 5" Drainage Flume
Contract Vaiue — $60,209.00
Payment/Performance Band Required- No
Contact — Mike Anderson
o Belcheff & Associates, City Engineer, 100 Trophy Club Dr, 5te 103, Traphy Club,
TX 76262
o �7.7-491-2776
� Tarrant County Community De�elapment Division (Federally Fundedy — 2/2011 to 6/2Q11
� First Street Reconstruction & Sidewalk Project in the City of Naslet
0 62�. SY 8" Lime Stabilized 5ubgrade
0 575 5Y 6" Concrete Pa�ement
0 32 5Y 5" Concrete Dri�eway
0 221 SY 4" Concrete Sidewalk
0 100 LF �" Water line Lowering
0 1 EA �" Water 5ervice
� Contract Value —$50,3�0.00
� Payment/Performance Bond Required- Yes
� Contact — Mike Anderson
0 8elcheff & Associates, City Engineer, lOD Trophy Club Dr, 5te 103, Trophy Cluh,
TX �6262
o �17-491-2776
e Ci#y of Burleson — Z/2011 ta 6/2011
� Meadow Crest Park Project
o Installa#ion of 1,306 SY of 6" concrete pavement for par�ing lot
0 1,39� SY of 8" Lime Stabilized suhgrade
0 2,300 CY of unclassified exca�ation
o Relocate 2 EA water services
o Install 1 new fire hydrant
� Contract Value — $131,7�Z.00
° Payment/Performance Bond Required- Yes
�� Cantact — Lance Bar#an
o City of Burleson, Engineer, 141 Wes# Renfro, Burlesan, TX 7602�
0 81�-426-9621
e City of iustin — 8/2010 to 10/2011
• Justin Cammunity Park
o Clear and Grubb of 20 acres
o Excavatian af Approximately 2�,000 CY of Dirt
�.�. ��� .!"3n�./ �H�l��y � / ��L � iY��� -'�i..Y' '�*�6Y"#a7a7'�V l � �I�"���°'�lu��F� � 5�
�.�LCo��r�u�ryo�a.co�
o Installation of one softball field, ane baseball field, and two saccer fields
including fencing, dugouts, clay infield, turf, and s�orts lighting
o Associated water and sewer service to future concession stand
o Installation of Approx 36,50D SF of Concrete Trails and Fire Lane
o Installation of Playground and Safety Surfacing
o lnstallation of Approx 354,Op0 SF irrigation system with associated turf
establishment
� Contract Value-$i,1z5,933.00
� Payment/Performance Bond Required-Yes
� Contact�Mike Anderson
o Belcheff & Associates, City Engineer, 100 Trophy Club Dr, Ste 103, 7rophy Club,
TX 76262
0 817-491-27y5
• City o# Arlington — 5/2009 to 8/2010
a Vandergriff Park Roadway and Pa�ring Impro�ements
o Remo�al o# Approximately 26,OQ0 SY of Pavement
o Exca�ation of Approximately 5,600 CY of Dirt
o Lime Stabilization of Approximately 23,000 SY
o Installation of Approx 4,OOU SY of 6" Asphalt Paving
o Installation of Approx 20,000 SY of 6" Concrete Pa�ing
� Contract Value-$1,257,8z6.00
■ Payment/Performance Bond Required- Yes
■ Cantact Jason Landrem
o City of Arlington, Parks Department Manager, 717 W Main St, Arlington, TX
i6107
o �37-459-5489
A City of Fort Worth �- 4/Z009 ta 4/2010
� Oakmont and Clear Fork Park Impravements
a Construction of approx 6,000 SY o# Concrete Parking and Sidewalks
o Installation af 120' Prefabricated Steal Arch Bridge
o Install 9.,49Q SFF of C.I.P. Retaining Walls associated with Steal Bridge
o Installation of �0' Prefabricated Concrete Arch Bridge
o Install 1,441 SFF of C.I.P. Retaining Walls associated with Concrete 8ridge
o Furnish and Install 3 Poligon Shelters
o Furnish and Install Gametime Playground and Surfacing
o Instailation o# 9,365 SY of Sod, Hydromulch, and Curlex Bianket
� Contract Value-$1,157,901.60
� Payment/Per#ormance Bond Required- Yes
■ Contact Joel McElhany
o City af Fort Worth Parks and Cammunity Services Department, 4200 South
Freeway, Sui#e 2200, Fort Worth, TX 76115
���• �O� AI�I 11�7�1Y1�' � l�I�l !y l ������4Ia/'�tl l A l i7i�AY���WM4/��I � L�4O
i�'�. ��„�AA��r'R�T�i'I�N.��14�°!
o �17-392-5723
s Tarrant Caunty College District —12/2009 to S/2010
� South Campus Jogging Trail & Detention Pond Ph 2
o Remove and replace concre#e trai!
o Placement af 5'X2' Box cul�erts
o Install five concrete fitness equipment pads
o lnstallation of fitness equipment
° Contract Value - $139,�08.00
�� Payment/Performance Band Required- Yes
�� Conta�t—Jonathan Oltmann
o The Proje�ts Group + PAR50N5, 420 Throckmorton, Suite 620 � fort Worth,
Texas76102
0 817-255-2727
• Mansfield ISD -- 6/2010 to 9/2010
� Mary Jo Sheppard Elementary 5chool Raad Extension
o Construction of approx 1,975 5Y cancrete dri�e
0 135 LF of 27" and 30" RCP, with two concrete inlets
o Landscaping and irrigatian incEuding tree transpfanting and new irrigatian
system
° Contract Value-$193,�61.00
� Payment/Performance Bond Required-Yes
� Contact-Mickey 7homas
o MJ Thomas Engineering, 3400 Hulen, 5uite 100, Fort Worth, Tx 76107
0 8�.7-732-9�39
� Ci#y of North Richland Hills —1/2010 to 5/2010
� Walker Creek Dredging
0 1,000 linear feet of channel grading
� Contract Value — $90,201.OU
° Payment/Performance Bond Required-Yes
� Contact — Glenn Smith, P.E.
a City of NRH, 730i N. E. Lpop 820, NRH, TX 76180
o �17-427-640a
� Denton County —10/2009 to 3/2010
� 5outh County Line Bridge
o Removal of existing roadway bridge
o Set three barrel run of 10X7 Box culvert
o Cast in place two 90 foot by 15 faot Headwalls
o Asphalt roadway atop bridge
• Contract Value - $ 209,800.00
�,�. ��X ��°� RH��IIS, "l�C ���'�� P�',[Oid1�4������2'� �AX�go$��.�+`� 4 ��
�W. `�L�Ai+I�'['IRLJCi'[0�1.�.'0[[d1
� Payment/Performance Band Required-Yes
s Contact — Gary Vickery
o Teague Nall and Perkins, 235 W. Hickary St. 5-100, Denton, TX 76201
0 940-3$3-4177
• City af Cleburne -- 3/2009 to 9/2009
� 200� Drainage Impravements
o Installation of Appraximately 200 LF of Precast Box Cul�ert
o Installation of Approximately 10,350 SF of Concrete Channel Lining
o Installation of Approximately 250 LF of 10" 5anitary Sewer
o Installation of Approx 900 SY of 6" Asphal# Pa�ing
° Contract Value-$443,5416.00
� Payment/Performance Bond Required- Yes
A Contact�Robert T. Childress III
. o Childress Engineers, 211 N Ridgeway Dr, Cleburne, TX 76033
o �17-645-111�
� City Qf Plano
� Cottonwood Creek Greenbelt lmprovements
o Furnish and Install Playground Equipment and Accessories
o Furnish and Install Pavilion on Cancrete Slab
a Install Misc Concrete Items
° Contract Value-$236,2�2.90
� Payment/Performance Bond Required- Yes
■ Contact-Ron Underwood
o City Of Piana-P.O. Box 8603 s8 Plano, 7X 75086
0 972-20�-�134
e City of Richardson
■ Alley Recanstruction Phase 11
o Install 297 !F nf 36" RCP
o Remove and Replace 3,900 SY of 5" Alley Paving
� Contract Value-$357,2�6.10
s Payment/Performance Bond Required-Yes
n Contact-David McFadden
o City of Richardson-4i1 W Arapaho Rd, Suite 204, Richardson, TX 750�0
0 9�2-�44-4280
� City o# Wylie — 2/2Q09 to 6/2009
° Spinnaker Way �Y' Water Line and Newport Harbar Pump Station Conduits
o Installation of Approximately �00 LF of 12" Water line
o Install 65 LF 1�" RCP
0 310 LF of double 4" Electrical Conduits
�.0. �ox �t9`� RbO��, r�C `���i� P��fa�g�i���2�7� �'�xa������ t �O
�4�4►i�l►.��,CO�+I�'i fl�L�l� r [��I.�OYNI
0
v
o Demo 993 SY Concrete Pavement
o Construct 2�0 SY Concrete Sidewalk
o Construct 7D3 5Y 6" Cancrete Pa�ement
o Install Wiring, Equipment, and Appurtenances to Transfer Pump Statian
Elettrical Ser�ice to Pad Mounted Transformer
Con#rac# Value-$140,654.50
Payment/Performance Bond Required- Yes
Contact�Chris �olsted
o City of Wylie, 2000 South 6iighway iS North, Wylie, TX 75098
0 972-442-�109
• Town of Trnphy Club
� Harmony Park Expansion
a Relocate irrigation lines anci water line relocation
o Site Grading
0 2,656 SY of 5" Concrete Parking Lot
� Contract Value-$211,110.U0
� Contact Tom Rutledge
o ieague, Nall & Perkins, 1100 Macon 5treet, Fart Worth, Tl( 76102
o $17-336-5773
� City o# Roanoke
� The Parks of �tillsbnrough-August 2008
o Remove 300 LF of 5'x3' RCB
o Install New 5'x3' RCB
o Repaving of asphalt street
0 100,OQ0 LF ciitch grading
a Invol�ed coordination and work amongst existing houses and coordinating
traffic contral , detours and raad ctosures in a residential area
� Cantract Value-$317,000
° ContattsShawn Wilkinson
o City of Raannke-10� Sauth Oak Street, Roanoke, TX 7G262
0 817-491-6099
� Tarrant County Community College
� South Campus Jagging Trail and Detentian Pond-May 200�
o Construct apprax 1Q,000 SF Concrete parking lot
o Construct approx 17,�00 SF 7' wide Concrete Jogging Path
o Excavate approx 8,000 CY Retentian Pond
o Import and Campact approx 13,000 CY of Fill
� Contratt Value-$3fi8,000
s Contact-Tom Green
o Huitt-Zollars-500 W 7t" St, Suite 3a0, Fort Warth, TX �6102
�.�. �lox ��`� 1F��-I���, °T.� 7�A7� �HO➢�I�iwg����.�-2�i� ���d����-� Z �,O
��1.2E.C�N�i'RUCi'IA�.COWI
a �17-335-3000
e Eagle Mountain-Saginaw Independent 5chool District
■ Wayside Middle 5choal-August ZD07
0 650 LF of Cancrete Retaining Wall
o Approx 9,500 SF of 6" Concrete Channel
� Contract Value-$340,000
� Contact-Christian Schnitger, P.E.
o Scritkel, Rollin5 & Associates, INC.-1161 Corporate Dr., Arlington, TX 76006
0 817-649-3216
Chip Fisher, Project Manager
i
P.O. ��� �97 RHOQMlI�, 1�'���'�8 P�i8�1�^�4A�*�3���°7� �A%g���3-� � �O
�Y4�'YlC. ��,CO�d�'i'Ri��YI��1. ���i