HomeMy WebLinkAboutContract 57891CSO REC'D
JUL 2? '22 PM3:46 City Secre~ 1
Construction □
Project Manager □
CSC No. 57891
CONTRACT
FOR
THE CONSTRUCTION OF
CITYWIDE STORM DRAIN IMPROVEMENTS
City Project No. 100092
Mattie Parker
Mayor
David Cooke
City Manager
William Johnson
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
Stormwater Management Division
Field Engineering Section
2022
a:e
BHB Engineering & Surveying
3801 William D. Tate , Suite 500 Grapevine, TX 76051
817 .251 .8550 • bhbinc .com • BHB No. 2019. 709 .011
OFFICIAL RECORD
CITY SECRETARY
FT. WORT ~, TX
0o aa ao
STAN�ARD CONS�'nUCC[ON SPECIFICATION DOCUM�NTS
Page 1 of 5
s�cTio� oo ao ao
'�'ABLE �P CONT�NTS
l�ivicinn 00 - (:eneral ['onditions
Last Revised
Qp p5 10 Ma or and Council Communication 0 710 1 12 0 1 I
00 OS 15 Addenda 071d1/2011
00 l 1 13 In�itation to Bidders 0 71 1 912 0 2I
0� 21 13 Instructions to Bidders 11/02/2.02I
00 35 13 Conflfct of Interest Statement 02/24/2020
00 4l 00 Bid Form 09/30/2021
00 42 43 Pro osal �'ar� Unit Price 01/20/2012
QO 43 13 Bid Bond 09/l 1/2017
�0 43 37 Vendor Com liance to State Law Noruesident Bidder Ob/2712011
00 45 11 Bidders Pre ualifications 08/13/2011
00 45 12 Pre ualification Statennent �9/30I2021
00 4S 13 Pre ua.li%cation A lication 08/13/2021
00 45 26 Contractor Corn liance with Wo�'kers' Cam ensation Law 071Q1I2011
00 4� 40 Business E ui Gaal 1Q/271202i
00 52 43 A reernent 11/23/2021
00 61 I3 Pez'formance Bond 07101120I 1
40 61 I4 Pa ment Bond 07/01/2011
00 61 19 Maintenance Bond 0 710 1120 1 1
�0 b1 2S Cer•tificate ofInsurance 07/0I12011
00 72 00 General Conditions 08/23/2021
QO 73 00 5u lementar Conditions 03/09/2020
Division U1- General Re uirements� Last Revised
pl 1I QQ Summar af Wark I2120/20I2
O1 25 00 Substitution Procedures 07/Qli20i 1
O 1 31 19 Preconstructian Meetin 08/17/2012
O1 3[ 2� Pj•o'ectMeetin s 0710 1120 1 1
�1 32 16 Cans�•uction Scl�edule 08/13/2021
O1 32 33 Preconstruction Video D7/0I/2b11
O1 33 Oa Submittals 12/2�12012
O 1 35 13 S ecial Pro'ect Procedures 03/I I/2022
O 1 45 23 Testin and ins eciion Services Q3109/2020
O1 50 00 Tem ox� Facilities and Controls 07/OI12011
O1 55 26 Sti•eet LTse Pe�rr►it and Madifications to Traff c Control 03/22/2021
O 1 S7 13 Storm Water Pallution Prevention Plan 07/01/2411
01 58 13 Tem orar Pro�ect Si na e 07/O 112Q11
OI b0 a0 Product ite uirements 031�9/2020
d1 66 00 Praduct Stora e and Handlin Re uirements 4 7/0 112 0 1 1
O 1 70 00 Mabilization and Remobilization 11/22/2016
O1 71 23 Constivction Stalcin and Sur�e Q2I1412018
O 1 74 23 Cleanin 07/01/2d 11
O1 77 �9 Closeout Re uuements �3122/2�2I
O1 78 23 O eration and Maintenance Data 12/20/2012
�1 78 39 Pro'ect Record Documents 07101./201 l
CITY OF FORT WORTH CTTYW[DE STORM DRAIN iMPROVEMENTS
STANDAl�D CONS7'RUCTION SPECIFICATION QOCUMCNTS CTTY PROJECT I�D. 100092
Re�ised March L 1, 2�22
op qp o0
STA�I�ARD CON3TRUCTIpN SPECIFICATIaN DOCUIvf�NTS
Page 2 of 5
Technical Specifications which have been rnodified by the Engineer specifcally foe this
Project; hard copies are incladed in the Project's Cantract Documents
NONE
Teehnical Speciiications listed below are included for this Project by reference and can be
viewedldownloaded from the City's website at:
httlas:llaql�s.fortworthtexas.�ovlProj ectResourc�sl
Divisian 02 - Egistin Conditions
02 41 13 Selective Site Demolition
02 41 14 Utili RemovallAbandonment
02 41 15 Pavin Removal
Division 03 - Concrete
Last Revised
0311I12022
12/2�12012
Q2102/2U 15
03 3Q 00 Cast-In-Place Conc�•ete 0311 i12022
Q3 34 13 Controlled Low St�•en th Material CLSM 12/2D12D 12
03 34 16 Concrete Sase Mat�rial fo�• Trench Re air 12/20/2012
03 SO 00 Modifications ta Existin Concrete Structures 12/2D/2012
Division 26 - Electrical
26 OS 00 Common Wark Results for Electrical 03/1 I/2022
2b QS 10 Demalition for Electrical 5 stems L2/20/2012
25 OS 33 Racewa s and Boxes for Electt•ieal S stems 12/20/2012
2b OS 43 Under raund Ducts and Racewa s for Electrical S stems 07/01i2�11
25 05 SQ Cnmmunications Multi-Duct Conduit Q212612a16
Divisifln 3� - Earthwork
31 Q4 QO Site Clearin 63/2 212 0 2 1
3 I 23 16 Unclassified Excavation 61/28/2013
3I 23 23 Bor�•ow 01/28/2fl13
31 24 QO Em�ankments 01/28/2fli3
31 25 00 Erosion and Sedirnent Control 04/29/2021
31 36 00 Gabians I2120/2fl l2
31 37 00 Ri ra I2/2012012
CITY OF FORT WORTH CITYWLD$ STORM DRAIN IMPROVEME3VTS
STA3vQARD COT[STRi3CTION SPBCTF'ICA'I'ION DOCUMENTS CITYPi20.fEC1'N0. IQOD92
Iievised March I l, 2022
�a aa o0
5TANDARD C�NSTEtUC'tIQN SPECIFICATION DOCUNiENTS
Page 3 of 5
32 13 73 Concret� Pa�in Jaint Sealants 12I20/2D12
32 14 16 Bricic Unit Pavin I2/2012012
32 16 13 Conci•ete Curb and Gutt�rs and Valle Gutters 12/09/2021
32 17 23 Pavement Marl�in s 11/22/2013
32 17 25 Cueb Addt•ess Paintin l 1/a412013
32 3I 13 Chain Fences and Gates 1 2120/20 1 2
32 3 l 2b Wire Fences and Gates 12/24/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Gast-in-Place Concrete Retainin Walls 06/05/2018
32 9I 19 To soil Placement and Finishi� of Roadvva Ri ht-of-wa s 03.11I/2022
32 92 13 Saddin OS11312021
32 92 14 Non-Native Seedin OS/13/2021
32 93 43 Trees and Shcubs 12/20/2012
Divi4inn 33 - T3tilities
33 O1 30 Sewer and Manhole Testin 9/67/2018
33 O1 31 Closed Ci�•cuit Tele�ision CCTV Ins ectiota — Sanit Sewer 03111/2a22
33 O 1 32 Closec( Circuit Tele�vision CCT Ins ection — Stoim Drain 03/11/2022
33 03 l0 B ass Pum in of Existin Sewer S stems 12/20120I2
33 04 10 Joint Bandin and �lect�•ical Tsolatian 12/20/2012
33 �J4 l 1 Corrosion Contra] Test Siations 12/2D12012
33 fl�4 12 Ma nesium Anode Cathodic P3•atection S stem 12/20/20I2
33 04 30 Tern orar Water Services 07/01/2dI1
33 04 40 Cieanin and Acce tance Testia of Water Mains 02/�612013
33 �4 50 Ci�anin of Pi es 03/11/2022
33 fl5 16 tltilii Trench Excavation, �mbedment, and Sacl�ll 04/02/202I
33 QS 12 Water L�t�e �.owerin 12I2�/2012
33 aS 13 F�ame, Covet• and Grade Rin s 12/091202t
33 Q5 14 Adjustin� Manholes, Inlets, Va�ve Boxes, and Other Slruc�ures to p��Y 112022
Grade
33 OS 16 Concrete Watei• Vaults 12/20/2012
33 05 17 Concreie Collars 03/11/2022
33 O5 24 Au er Borin I2/20/2012
33 OS 21 Tunnel Linet- Plate I2/2012012
33 OS 22 Steel C.asin Pi e I2120/2012
33 OS 23 Hand Tunnelin I2/2012012
3.3 OS 24 Installafion of Carrier Pi e in Casin ar Tunnel Liner Plate 0 611 9120 1 3
33 05 26 Utili Markers/Locators 1 2/20120 1 2
33 OS 30 Location of Existin Utilities 1 2120/20 1 2
33 1 I OS Bolts, Nuts, and Gaskets 12/20/2012
33 1 I 10 Ductile Iron Pi e 12/20i2a 12
33 11 11 Ductile Iron Fittin s 09120/2D17
33 11 12 Pol vin 1 Chioride PVC Pressure Pi e ll116/2618
33 I 1 13 Conc�ete Pressure Pi e, Bar-Wra d, Steel C iinder T e 12120/2�12
33 11 14 Buried Steel Pi e and Fittin s 1�/20/2Q12
33 12 10 Water Serdices 1-inch to 2-inch 02/14120I7
33 12 1 I Lae e Water Meters 12120/2DI2
33 12 20 Resilient Seated Gate Valve �5/0G/2UI5
CITF OF FC)RT WOR'TH CITYWIDE STORM DRt1[N [MPI�OVEMENTS
STANDARD CgNSTRUCTION Sl'ECIFICATION DOCi1M�NTS CITY PROJEC'C NO. IQ0092
Revised 11�larch l !, 2D22
Ob 00 00
STANDARD CONS'3"12UCTION SP�C1PiCAT[OIV DOCUMEt�ITS
Page 4 of 5
33 12 21 AWWA Rub6er-Seated Buiterfl Vaives 04f23/2019
33 I2 25 Connection to Existin Wate�' Mains 0210b/2013
33 I2 30 Combination Air Valve Assemblies for Potable Wafier S stems I2/2012012
33 12 40 Fire H drants 01/03/2014
33 12 So Water Sam le Statinns 12/2�/20I2
33 12 b0 Standard Blow-off Vaive Assembl oG11912D 13
33 31 12 Cured in Place Pi e{CIPP I2/2�/2012
33 31 13 Fibe�• Iass Reinforced Pi e for Gravit Sanitai Sewers I2120/20I2
33 31 I5 Hi h Densi . Pol eth. lene HDPE Pi e for Sanit Sewer U4/23/2p 19
33 31 20 Po.I vin 1 Chlo�•ide PVC Gravit Sanita� Sewer Pi e Ob/I9/20I3
33 31 21 Poly�iny] Chloxide {PVC) Clased Profile G��avity Sanitaty Sewec �2�tio�2012
Pi e
33 31 22 Sanitae Sewer Sli Linin 12/20/2012
33 3 I 23 Sanitae Sew�r Pi e Enlax' ement i 2/2Q/2� 12
33 3 J. 50 Sanita� Sewer Seivice Connec�ions and Service Line 04/2b/2013
33 31 7D Com.binafion Air Valve for Sanitar Sewer Force Mains 12I2fl12012
33 39 IU Cast-in-Place Canceete Manholes 12/20/2012
33 39 20 Precast Concrete ManhoIes 12/24/2012
33 39 30 Fibe�• lass Manholes i2120/2012
33 39 40 Wastewater Access Cham.bee WAC 12/20/2012
33 39 5Q Liners for Sanitar Sewer St�•uctures 04f29/2021
33 41 10 Reinforced Concrete Starm Sewer Pi elCulverts 07/01/2011
33 41 11 Hi h Densi Fol efh. lene (HDPE Pi e for Starm Drain 12/20/2012
33 41 12 Reinforced Pol eth lene SRPE Fi e I 1/13/201 S
33 41 13 Po1 ro lene Pi e for Starm Drain A/02/2021
33 46 d0 �ubdraina e 1212012D 12
33 46 pl Slott�d Storm Drains 07/01/2011
33 46 02 Trench Drains 07f0I/2011
33 49 I 0 Cast-in-Place Manholes and Junction Boxes I2/2012012
33 49 2U Curb and Di•a [niets 03/I 1/2022
33 49 40 Storm Draina e Headwalls and Win walls 07/� 1/2011
Division 34 - Tra�as ortation
3A- �41 10 Tra.ffic Si als 031I 1/2022
34 41 1fl.fJ1 Attachment A— Cont�•oller Cabinet 12/18/2015
34 41 10.02 Attaclvnent B-- Controller S ecification 02120I2
34 41 10.03 Attachment C— Softwa.re S�cification O1/20I2
34 4I 11 Tem ar Traf#"ic Si als 11/22/2013
3�- A�1 13 Removin Traffic Si nals 03/11/2022
34 41 20 Roadwa �Ilumination Assemb�ies I2/20l2012
34 41 20.OI Arterial LED Roadwa Luminaues 0 6/1 5120 1 5
34 �1 2q.02 Freewa LED Roadwa Luminaires fl6115/2015
34 41 20A3 Residential LED Roadwa Luminaires 06/15120i5
34 41 3Q Alutxtinum Si 11/12/2013
34 41 SO Sin fe-Mode Fiber O tic Cable 0.2126l241G
34 71 13 Trafiic Control 03/22/2021
CITY OF FDRT WDRTH CI'I`YW[DE STORM DRAIN IMPRpV$M�7VTS
STAAIDAR.D CONSTAUCTION SPECIFICATIOIV DOCUMENTS CITX PROJECT NO. l OD092
Revised March I 1, 2022
0o aa ao
5TANDARD CtiNSTRUCTTON SP�CIf 1CAT[ON DOCiJ114ENTS
Page 5 of 5
A��aendix
r�aS �i n.,.,:�.,t�:�:e., „�'r �n,tn_
!'���� c„I�� ..F .. ,,,d nl,. .,i ls....�l�r�n _
(J`�' A 7T,,.lo .-,�1 �'hn,Iiri�_
G�-Q-9� u .,.,..a,,,.,, -c�.,...,,r.,...,,..+„t n„�,r.+:,,,, .,t �:�-�
GG6,06.D Minority and Women Owned Business Enterprise Comp[iance
GC-6.07 Wage Rates
I�l� L nn n.,...,., �+., .,«.,] T T+� I�+:.,�
�Y'c. .
�-�4 '`TA�a;��..;.~.:~^+:^� {No Federal Aide)
� �, �n nn D«.,.7„nf po.,,,;No,.io„+� �Available on Pz•oject Resources)
END OF SECTION
CITY OP PORT WOR'I'H GITYWIDE STORM DRAIN 1MPROVEM�N"I'S
5TANDARD CON3TRUCTT(7N SPECIFICATIOAI I70CUMEi1T5 • C1TY PRO.TECT 3V0. 1 Q0092
Revised March l l, 2022
C#ty �f F�rt WartF�F
����� ���
�exas
��un��l ���nr�������ti�n
bA�'�: i1f�+�k�+�� hrt&C �IL� 1��11v1e��; M&� 2�-Q��
LOG #UAM�: ��SWNC �;Il YV�JIiJE STO�MC]r��E�l fMa'#�O1I�MEl� ��� �Q��
SU�JECT
{A�L} Authorit� �r€Qc�i�lon af a�f❑nkracE �kll1 W�o4y �nnlraUcats, Irr�,. in ar� �lm�ue�l Up fo $�,�OQ,{1�J6,4�, ior Ihe t�i�ywide �i�mx �r�lr�
li�y�rove�rter�ts Pra�e�� wiR� If�e Op�l�sn ko I�c,Flaw !h� ��niract Up to �wo Tlt��es
@��Q]�NlEi�1DATlON=
�t Is rer�o�nmended tF�ai rhe Ci�y finwu;ll a4ilhari�a C�o execuliorr s�i a conlr�cl v�th Waady {:ornracic�ra, krrr. m�n arraoun[ u� �a $2,�0[�,O�.UL`, fat
N��: �:sryw�ide S�csrrrr ��alr� Irf�pr�vernen�s po�oJec�, �rrn,rid� far co�tln�erac�es, s�a�SE��kckion maneg�irianC, s��rveying. �n�p�cl+on a�� mal�r�ei Res�ng
fdr � t�rt.�l �raj�:�f amt�i,in1 nf �2.2A2,4{?�!_bd 4+�ilf� tli� ��a1i417 �C� ren�,r ih� r.[]i�lf�['i€ U�1 lO lwo IErne4 u[Id�� I#1e b$rT1e lennS. condil�ana a�d unil �rices
pro+���ec� suffieEe�lf€�nding f}a� 1�e�1� �,���rup�Ea«�.
,�����h�:
A�proval oi Ihl� Mayor atrd C�crr�cil [:om�nt��ucaiion �h+��C�� will akith�r�ze tl�� er�ecution o[ � carr�raeE (nr I�e �srker+��o�. repk�cernen�. a[tidlor
Mmprr,nr�;mar►# of oxi�tfn?� �fty dr��r7d�e Inl�asEru��ure ore an nn-r�ll hasti�_ Work an �r�dlwad�al locanons w�l� i�e �utl�nri-r,e� 4y work or�ers. th� oo�t �f
��ch w�a� �ard�,rwiU k�e i.ia€�eci an 1��e �inif �rlces k�IcE k�y Ine aorrlracs�,r [nr �ha war� �E�rns m t17� soficfia��on, T�e rnaxi�n�rm c��n�,�afa�ra arncwnr of aq
ws�fk ���Eel�s f�� IhEy cx3nl��r,l vdol� be �i���0[},{kfl{�,Q�,
Tl�e la�d ant{werls ciEer� In kh� s�l�i��lRon w�re haseci an 1�yp�thet�cat quat�fF#ias iotlhrr p+arpa��e oiesralsl¢skfin� una! pE[�s [or e�cl� wtrrk il�:n.
Payt�e�rl for e��h waHc ❑rd�r will be rn�de ��s�d on act��al measuferJ c4ua��l�IFes �l ah€�se ��d pr�c�s. �� unding will ks+� v�n�ad indlvidWally for ea�
v�rsrk orc�er �ar�4r ta fta exeru��aia.
1'���s 4fsojt�GllN�s �dvert�se� R�� th� F�rf INur?�� ��c�fi��T��q�aria nn l�pr�l 21, �07� �nd Api�ll ��, 2022. CY�� �1�y 19, 2022 anr� b�ct Wds re��Jv[�d, 7h�
lei�x �i !€te cflnirs�t wi�l be4 �ar�kil w�rk �s corr�pl�:ed, f�nds are expei7ded, ol' E�4 �xp��li0n af fiv�ryPars. whicl�ehr���occvrs.firs[_
�I�a cootil��ck m�y b� rpnaw�d u� �o !wa I�mes ua�d2x lh� �ame ��rms, Cpr�tliilnr��s an� «ni� p�ace�, ai ���e �it�'s discr���tf,
�i���FB Amaunt
4�+oody Canfraciors, Jnq, �r�11,�6,�.75�,
Projact �as[ E72soripkfon
Gon�fac�ors, ir*c,
Ca����ngen�l�s. G�rrstru��i,�,� ,4�anagerna�s�,
��tv�yi�q, Ins��ctior� Mot�aS&a Tesli+�g
otal Prajeet �u�get
Amount
�2,4�,�,
�28�.,�0�,
$�.2��,��p_
�'hese �ra}e�l� variH i�a�e �o krxEpac� c�n �h� sp!,nsa�irig dep�r�m�nl's O�ral�ans �3�id�et_
��r��ing is bu�i�eR�� In tf7e E�ra�rra�e fmprrwert�eni P��facEs Pmgreminatrl� pra�e�t w�tP�1� I�e Slornr�wa�er �a�i�R �rqiec;s r�ili�i for khe purpose �f
f�ndi�g uar�aus �ask �+��c'r pfajec��, as a�pr�pnat�d.
�usirs�ss Equ�iy- Vti+a�dy Cas�act�rs. I��o_ �s trr �aori}�Ilanr:e w��n �l�e (��iys fi�usin�ss Eq�lly Ors3inance by canrmilt�rg ta f�_�]9� ��,��n�ss �qulty
p�rt�ra��llnn nn it��a Pmjac�l, 7h� �iiy's f.#i�siness �q�iiy yo�k arr �his proj�ci �s 1�°�,
Tf,e pfoJo�Es ara �o�iad �n �hk,L ��0�1N��� �il�T{�I[:3�,
��s�n�. ��u�o��n7'��r� � c��rk�rc�Tia�v:
�'he �]Ifeckor �i Fln�nc� certiFes 1hs� fur7[is arc awailahla in !h� currenl repEtal h�,�gel, a� �rauaausly �upt❑pRf�a�d. I+� 11�e Ssom�,+e�ler �apilal
��a��tks �i u�cr i�r 1hb �3rainag?� Im�mv�menk� FraJe��s p�ngi:�rr�rnr�k,le prc�Jez! ta su�spo�1 tl�e ����rcwal s+� ihe a��nve r�camrr�en?iaiior� t�r«[ exa�,lis�n
nf 113e r.fliair�c# f�rtpr la �rry �x�srrulilure Uei+�y Ia3i��rreJ, Ihe Tr�rMsp[���aaion ��'sfhl�r Works l��p.�rtm�enl 3�,zs li�e respan�lt�l�lly lb �r�lit€ale khe
aVaalrs�iG��y �i lui,€�s
3t�bmltted fo�r�t�b�����t'�Off���� I��na 13urghr�off �{l7#�
S}1'19�1]�l1Pa B�sEa�ess lJnit �I$�d: '.�hlCl�rn .fohr�son T8�1
Additl�r7�l inf���l��n ��ia� ; LincFa 1`�Mxn� ��$5
Cll"Y OI� FO�� �d�R f F�
i��R��PO�iAilO�d � ����IC �O�K� D��A����R�T
ST�RfP�����R �r4Ni4�EI�YERli D1IIISI�N
A���N��IIP�Y NO. 1
io �he Specificaiions and Con�rac� �ocumenfis �op
CI�Y�VI�� ST�FtfVdl �RAIN ifW��BV�f��iViS
Ci�y Projeci No. 'i 00092
Addendum No. 1 fssued: ANay 11, 2022
Bid Opening Date: May � 9, 2022
This addendurn forms part of the Specificatians and Cantract Documents for the above
referenced Proj�c# and modifies the original 5pecifications and Cantract Documents.
Bidder shall acknowledge receipt of this addendum in the space provided below and
acknowledge receipt on the auter enuelope of your bid. Failure �o acknpwledge receipt of
this addendum could subject the bic�der to disqualification.
The spec�fications and contract documents for CITYWIDE STORM DRAIN IMPR011EMENTS
are i�ereby revised by Addendum No. 1 as �oHaws:
I. The Project Manual is re�ised as follaws:
1. S�CiIQN 00 41 00 � BI� �ORf+�: 4.'� Time of Completion - In fine 4.'i
Changed the nurnber af days far the work to be completed from 365 to 730.
2. S�CTIOP� 00 4� 43 ��RO��SAL I�QRf�: Rema�ed Bid Item 132 - 3345.0108
Misceilaneous Structure Adjustmeni.
3. 5�CT10�! 00 4� 43 ��R��OSAL �'QRRI9: Changed the quantity of Bid f�em
137 Concrete Encasement for Utiiity Pipes from 100 CY to 10 CY_
4. S�CiIOW 00 4� 43 ��RD�OS�oL �O�ffV�V: Split Bid Items 142-146 into short
& long services, 142A —1468.
5. S�CiI�N �0 5� 43 �,4G���i�II�RlT FBRNY:
Articl� 4. Contract Time 4.1 Final Accep�ance. Changed the number of days for
the work to be campleted from 365 to 730.
This Addendum No. 9, forms part af the Specificatians & Contrac# Documents for the abo�e
referenced project and modifies the original Project Manual & Contract Documents of thesame.
A-1 A�DEN�UM 9
CITYWiDE STORM �RAIN 1MPROVEME�fTS
CIlY F'ROJECT NO. 100092
Acknawledge your receipt of Addendum No. 1 by com�leting the requested information at the
fallowing locations:
(1) In the space pro�ided in Section 00 41 00, Bid F'orm, Page 3 of 3
(2) Indicate in upper case letters on the outside of yaur sealed bid en�elope;
"RECEdVED 8� ACKNOWLEDGEADDENDUM NO. 1"
lnclude a signed cflpy of Addendum No. 1 in fhe sealsd bid envelop at the kime of bid s�brnittal.
Failure ta ackno+n�ledge receipt o# Addendum Na. 1 belaw could cause the subjeck bidder to be
considered "NOIVRESPONSIVE", r�sul�ing indisquafification,
RECEIPT ACKNOWLEDGED
WilEiam M. Johnson, PE
Director, Transpor�ation & Public Wflrks
" -L _
g: � "
Cam�an�: �. "!.' o C-,�y��.j�0 lS
A-2
Michaei Well aum, PE, Project Manager
ADQENDUM9
C1TYWID� STORM D�AfN IMPRDVEM�NiS
CITY PR�J�CT N0. 100�92
OD 1 I l3
INVITATION TO BIDI}ERS
Pagc 1 of 2
�ECTION �� 1113
iNVT.TATION TO BIDDERS
RECEIPT OF SIDS
Sealecf bids for the constt•uction of CITYWIDE STORM DRA1N IMPROVEMENTS, Ciiy
Project No. I00092 ("Project") will be received by the City of Fort Worth Purchasing Office until
1:30 P.M. GST, Thursday, May l9, 2Q22, as �urthei• descrihed below:
City af Fart Worth
Purchasing Division
20� Texas Street
Fort Worth, Te�cas 76102
Bicis will !�e accepted by: US MaiI, Courier, FedEx ot' hand delivery at the address above;
Bids will �e opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
G�N�:RAL DESCRIPTION OF WORK
The major work will cons.ist of the (appraximate) following: The major worlc will consist of the
(appro�cimate) follovving: Extension, replacements andlor improveme�ts fo existit�g storm
water systerns and other pertinent eonstruction required to provide a raore effe.ctive
drainage system to neighborhoo.ds within the City limits of Fart Worth. Work for this
contract will be pr+uvided through WORK ORDER TASKS, ba�ed on the availability of
funds and in coordinat'ron r�ith the successful Sidder's schednle.
OPTION TO RENEW
The City will issue this contract for an iz�itial 2-year term and amount of NOT TO
EXCE�D Twa Million Dollars ($2,0(10,OOQ.00), with the uption to offer a renewal of this
contract for up to two 2-year termslexpenditures of NOT TO EXCEED Two Millian Dolla�s
($�,000,�00.00) under t11e same terms and con[Iit�or�s.
PREQIIALIFICATION
Ceitain improvements included in this project must be pei�formed by a contraetor or designated
subcantraeto�• who is pre-qualified by the City at the t[m� ni bid openirig. The procedures for
qualification and pre-qualification are outlined in tl�e Sectian 3 of 0� 21 l3 — INSTRUCTIONS
7'O �IDDER�.
D4CUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined ar obtained nn-line by visiting the City
of Foi�t Worth's PUrchasing Division website at httn:�rv.�vw.fomivorthtexas.gov/purcl�x:sin�I and
clicking fln the link to the advertise.d project folders on the City's elect��onic document
management and colla6oration system site. The Contiract Documents may be dawnloaded,
viewed, and printed by interested contractors and/or suppliers.
CITY O� C'ORT WqRTH Cl'I'YWIDE STORIv! I�RAIN IMPROVE�lENTS
STANDART] CONSTRUCTION SPECIFICA'1'ION DOCUivIEI+TT CIT'Y P120dECT NO. 100092
Revised 7/14/2021
OO l ] 13
INVITATI01� TO BTDT��)2S
Pag,e 2 of 2
EXPRESSION OF 1NTERSEST
To ensure potential 6idders are [�ept up to date of any new inforznation pei�inent ta this project, all
interested parties are requested to eniail Expressions of Interest in this procurement to the City
Praject Manager and the Des[gn Engineer. The etnail slaauld include the coinpany's name,
contact pet•son and that individual's email address anc! phone nun�ber. All Addenda �ill be
distributed directly to those who llave ��p��essed an interest in the procurement and will also be
posted in the City of Foit W�rth's purchasing website at htip:�/iartwarthtexas.gov/purchasingl
PREBID CONFERENCE — In-person and Web Conference
A p�'ebid conference will be helc[ as discussed in Section DO 21 13 - INSTRUCTCONS TO
BTDDERS at tEie fallowing daie, and time, as well as simultaneousl.y via a r�veb cQnfereneing
application:
DATE: May 3, 202�
TIME: 2:OOpm
Invitations with links to the web can.ferencing application will be distributed directly to those
who have su6mitted an Expression of Interest.
If a prebid conference is lield, the presentation and any yuestions and answ�rs provided at the
prebid canference will be issued as an Addendum to the call for bids. If a p�'ebid conference is nqt
being held, p�•ospective bidders can e-mail questions or cornments in accardance with Section 6
of the Instructions to Bidders j•eferenced above to the project managet•(s) at the e-mai[ addresses
listed belaw. Err�ailed questions will suffi.ce as "questions in writing." If necessary, Addenda will
be issued pursuant to ihe Insti-uctians io Bidders.
CITY'S RiGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to aceept oi- reject any oz' all bids.
AWARD
Gity will award a contraet to the Bidder presentia�g the lowest price, qualifications and
competencies considered.
INQUIRI�S
Al) inquiries relative to this pt°ocurerr►ent sl�ould be addressed to the fallowing:
Attt1; Michael Wellbauttt, City of Fort Worth
EmaiL• michael.wellbaurn�a forxwortl�texas.gov
Phone: 817-392-7343
AND/OR
A#n: Danie[ Franlelin, Baird, Hampton & Brown
Email: dfranklin c�i bltbinc.com
Phone: b82-2(17-3 I G4
A.DVERTISEMENT DATES
April 21, 2022
April 2S, 2022
END OF SECTTON
CITY OF PORT �101�'tH C!"I"Y�]JtDE 5T0121V1 T3RAIN IIVIPROVEMEIITS
3TANDARD CQNSTRUCTIbN SPGCIFICAT{OIV 170CUMENT CITY PROJBCT NO. 100a92
Revised 7/I 912Q21
00 21 13
INSTRUCTIONS TO BIDDERS
Page l of ] 0
SECTION QO 21 I3
INSTRUCTIONS TO BIDDERS
1. Defined Ter�as
1.1. Cap[talized terms used in these INS�'RUCTIONS TO BIDDERS are defined in Section
{lQ 72 OD - GENERAi. C�NDITIONS.
I.2. Ce�•tain additiona[ terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below wvhich are applicable to both the singulaj' and plural thereof.
1.2.1. Bidder: Any persan, fircn, partner�hip, compaz�y, associaYion, or corpo��atian acting
directly tllrough a duly authorized repres�ntativ�, svbmitting a bid foz• perfo�•ming
the worlc contempiated under the Cantract Docw�nents.
1_2.2, Nonresident Bidder: Any pex•son, firm, partnership, company, associatian, ar
carporation actfng dir�ctly through a duly authot-ized representative, subxnitting a
hid far performing the wac•k conteznplated under th� Contract Dncu�nents whose
principal place of business is not in th� State af Texas.
1.2.3. Successful Bidder: The lowast respo�sible and responsive Eidder to whom City
(on the basis of City's evaluation as hej•eina$er provided) makes an award.
2. Copiss of Bidding D€scuments
2.1. Neither City nor Engineer shall assume any responsibility for errot•s or misinterpretations
resulting from the Bidde�•s use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies af Bidding Docwnents a�ailable do so only foi• the
purpose of obtaining Bids for the Work and do not autharize or confer a license or grant
for any other- use.
3. Prequal"�f'ication of Bidders (Prune Contractars aud Subcontractors)
3.1. Bidders or their designated subcontractors are requirecf to be prequalified for th� wof•k
types requu•ing prequaliiication as per Sectians OQ 45 11 BIDDERS
PREQL7ALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pz`e-qualificatian, rnust submit the documenta�ion identified in Sec�ion 00 45 11
on Section 00 4S 13 PREQUALIFICATION APPLICATION at least seven (�
calendar days prior to Bid opening for review and, if quafiiied, acceptance. The
subcontractars listed by a Bidder on 00 45 I 2 must be prequalified for the appt•apriate
woi•k iypes. Subcontractars must follow the same timelines as Bidders %r• obtaining
prequalifi�ation �•eview. Bidders or Subcantracta�•s whn are not prequalified at the time
bids are opened aind reviewed rnay cause the bid to be rejected.
Prequali�cation requirement �vock types. and. documentation aYe available by accessing all
requved files tlu•ough the City's website at;
httn� ��/a�ns •torh'lortht�xaG�o �/Pro'�tRc:soarc��;
CITY pF FORT W�RTH CITYWID� STORM DRAIN IMPRQV�MENTS
STANDARD CONSTRUCTION SPECIFICAT'ION DOCL�IWIENT CITYPA07ECTTIO. 100092
I2evised/Updated November 2, 2021
Q02L L3
[iV57`RUCTIONS TO 6IDD�RS
Page 2 of [0
3.1.1. Paving — Requiretnenls dacument located at:
hnps:l/a�ps.fortwarthtexas. gov/Prvj ec�ResourceslReso�rcesPl02%20-
%20Construction%20Documen�s/Contractor%24PrequalificationlTPW%20Paving
%20Contractoc%20Preyualification%20Pro�ram/PREOUALIF ICATION%20REQ
UIREMENTS%2�FOR%20PA V �NG%2000NTRACTOE�S.pdf
3.1.2. Roadway and Pedestrian Lighting — Requireme�ts docvment located at:
http5;l/apps.fortwarthtexas.gov/Proj ectResaurces/Reso�zrcesP/02%20-
%20Construction%20DocumentslContractor%20PrequalificationlTPW°/n2aRoadwa
y%20and%2dPedestrian%20Lightin�°/a20Prequali#ication°/a20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3, Water and Sanitaty Sewer—Requirerrients document lacated at:
httns://a,pna.fortwarthtexas. �ov/Pro i ectResaurces�Re,ourcesP102°/u20-
%20Construction°/a20DocumentslCantractor%20Pre ualificationlWater%20and°/a2
flSar�itary%20 Sewer%20Contractor°/a20 Preq�al ificati on%20Pr�gr�rrt/ W SS%20pre
a ual%20re��irements.pdf
3.2. Each Bidder, unless cuj-rently p��equaliiied, must submit ta City at least seven ('1�
calendar days prinr to Bid apening, tE�e dacuinentation ideAltified in Sectaon 00 45 l 1,
BIDDERS PREQUALIFICATIONS.
3.2.1.Submission of and/or questions related to prequalification should be addressed to
tlse City contact as pt•ovided in Paragraph b.l .
3.3. The City reserves the right to renLiire any pi•e-qualified contractor who is the apparent low
bidder for a project to submit such addi#ional inforinatian as tkie City, in its sole
discretion may require, inc[uding but nat limited to manpower and equipment records,
inforrnation about key personnel to be assigned to the praject, and const�•uction schedu[e
to assist the Ci#y in evaluating and assessing the ability of the appar•ent Iow bidder to
delivei a quality product and successfully complete pro�ects for the a.mount bid within
the stipulated time fi•ame. Based upai7 the City's assessment of the submitted
informaiion, a recomniendafion regarding th� award of a cocitract wii] be made to the
Ciiy Co.uncil. I'ailure to subrnit the additianal info�•mation, if requested, inay be grounds
for rejeeting the apparent lQw bidde�- as non-responsive. Affected contractors will be
notiiied in writing oi a recommendation ta the City Council.
3.4. In additior► tn p�•equali�cation, additinnal requirements far qualification may be required
within va.rious �ectiai�s of the Cant�•act Documents.
Cl'I'Y OF PaItT W012TH CITYWin�. STORM �A�IIN IMPROVEIvIENTS
STANDARD CONSTRUCTION SPECII'FCATIbN DOCUM�NT CITY PROJECT Nb. 100092
RevisedlUpdated November 2, 2021
�p21 i3
1NSTRUCTIOIVS TO BIDD�RS
Page 3 of 16
3.5. Special qualifications required for this project include the following:
The Time of Completian of each indivrdual Work Order Task is an essential elernent af thrs
contr�ct. Each Work Ordea• Task issued will liave the nr►aximum allowed numher of calQnda�•
d�ys allawed for• the complebon af that speci�c Worl� Order Taslz. Single nr sevee•al work
order tasks piay be issued at one tim e. 'The contractor shall initiate work within seven (7)
working days of the da#e the work vrder is issned to Ehe Cantractar, and cnntinne on the
Work Order Tasl� until it �as been completed, Qot including par+ing. The Contractor shall
furnish and supply sufficient equipn�ent and p�rsnnne� to camplete the Work Ordea• Task in
the amaunt of time provided for the Wark Order Taslc, Shauld the Contractor fail Eo st�rt
any Work Order Task witl�en the tune speci�ed, he shall add the necessary war�C crews and
equipmenE ta prosee�te tl�e worl� to complete the Work Order Task(s} in the time p�•ovided
thet•efo�•e. Should the Contrac#or fail to cnmPlete the individual Work Order Task in #l�e
given amoant of calendar da�s as specified on each indir�idual wnrk nrder taslc, liquidated
damage charges will be subte'acted from the final pay estimate of tiiat particular Worli
Order Task. The estimated amount f�r each part'rcular WorCc Order Tasl� will he used for
determining Ehe amount of damages cl�arged per calendar day of the time exceeding the
speci�ed amaunt.
4. Exanainatioz� o� Bidding a�nd Contract Docunr�ents, Other Related Data, and Site
4.1. Before submit�ing a Bid, each Bidder:
4.1.1. Shall exainine and carefulIy study the Contract Documents and oti�er related data
identified in the Bidding Documents (including "technical data" referred �o in
1'a�'agraph 4.2. belaw). Na infortnatian given by City or any representative af the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Shoujd visit tha site to become familiar with and satisfy Sidder as to the general,
local and site eonditio��s that may affeet cast, progress, perfoi�nance or fui�nishing
of the Work.
4.1.3. Sha11 cansider federal, state and local Laws and Regulations that rr�ay affect cast,
progress, performance or furnisl�ing of the Wark.
4.1.4. dMITTED
4.1.5. Shall study all: {i) repoa�ts of explorations and tests of subsurface eonditions at or
contiguous to the Site and all drawings of physical cflnditions relating to existing
surface ar subsurface structures at the Site (except Underg�•ound Facilitie�) that
have been identified in the Contract Documents as containing �•eIiabfe "technical
data" and {ii) reports and drawiiigs of Hazardous Environmental Conditions, if any,
a# the 5ite that have been identified in the Contract Documents as eontainit�g
f•eliable "technical data."
CITY OF FORT WOR"I'H CITYWCU� 51'ORM �RAIN IMPROVEi4i�N1'S
3TAi�fDAItD Cf]NSTRUCI'IpN SPECIFICATION DOCUMENT CITY PROJECT NO. 1OQ092
Revised/CTpdated Novem6er 2, 2021
00 21 l3
INSTRUCT[QNS TQ BIDDERS
Page4oF10
4.1.6. Is advised Yhat the Coiltracf Dacuments on file with the City shall canstit«te alI of
the inforrnation which the City will furnish, All additianal informatipit and data
which the City will supply after promulgation �f the formal Contract bocuments
shall he issued in the foem of writte�i addenda and shall become part of the Cantract
Dflcuments just as though such addenda were actually written into the original
Cont�•act Docurnents. No information given by the City other than that contained in
the Contract Documents and officially pr�mulgated addenda thereto, sha{I be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such otl3et•
means as m.ay be necessary to gain a complete l�no�ledge of the conditions whic�t
will be enco�ntered dut•ing the constivctian of tne projec#. For �rojects with
restricted access, upon request, City may pravide each Bidder access ta the site ta
conduct such examinat.ions, in�estigations, exploratians, tests and studies as each
Bidder deems i�ecessaiy for subi�nission of a Bid. Bidder must fill all holes and
ciean up and restore the site to its former eonciitions upon eompietion of such
explat�ations, investigations, tests and studies.
4.1.$. Shall d�t�r�niue the dif�culties of t13e Work and all attending circumstances
affecting the c4st of doing the Worlc, time requirad for its c�mpletion, and obtain all
information required to ma[�e a propr�sal. Sidders shall re[y exclusively and sol�ly
upon their own estimates, in�estigation, research, tests, axplo�•ations, and otkter data
which are necessary for full and comp�ete information upon wliich the proposaf is
to be based. [t is understood that the subrnission of a p�•opflsal or bid is prima-facie
evidence that the Bidder has made the investigations, examinatians and tests herein
required.
4.1.9. Shall pramptly notify City af all cpnflicks, errors, ambiguities ar discrepancies in or
between tk�e Contt�act Do€uments and sueh other ralated documents. The Contractor
shall not take advantage of any gross error or omission in the Confract Documents,
and Che City shall be permiited to make such corrections or interpretations as may
be deemed necessary for fu]fillment of the intent of the Contract Dnc��ents,
4.2. Reference is made to Section Ofl 73 0� -- Supplementary Canditions for identificat[on oi:
4.2. I, those reports of explarations and tests of subsu�-face conditions at or contiguous to
the site vvhich liave been utilized by City ii7 preparatian of the Contract Documents.
Tlie Iogs of Soil Borings, if any, on t11e plans are for general infoX�znatian only.
Neither the City nar the Engineer guaranEee that the data shown is representative of
conditions which actuaLfy e�ist.
4.2.2. those drawings of physica] conditions in ar relati.ng to existing sutface and
subsurface structui�es (except Underground Facilities) which are at or contiguous to
the site tliat have been �.rtilized by Ciiy in prepaeation of the Contract Documents.
CITY OF FpR'I' WUR'fH C.TI'Y�N11�E STORM DRAIN IMPROVEMENT3
STAIVDARE3 CONSTRUCT[ON SPECiPICATION DOCUMCI�lT C[TY PR0IECT N0. 1OQ092
RevisedlUpdated November 2, 2021
oo�i �s
IN5TRUCTTONS 'I'O BIDDERS
Page 5 of l0
4.2.3. copies of such reports and drawings will be made available hy City ta a.ny Bidder
on request. Those repoi�ts and drawings may not be pact oftha Contract
Documents, hut the "technicaj data" contained therein upon which Biddei• is entitled
to rely as provided ir� Paragraph 4.02. of the Gen�ral C.onditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsihle for any interpretation or conclusian drawn frona any "technical data" or
any otliet� data, interpretatians., apinions or [nfortnation.
4.2.4.Standaed insurance requi��ements, coverages and limits.
4.3. The submission of a Bid will cnnstitute an inconxrovertible representation by Bidder: (i)
that Bidder has cflrnplied with every requirement of this Paragraph 4, (ii) that without
excepCion the Bid is preaiised upon performing and furnishing the Work reyuired by the
Contract Documents and applying the specific means,. methods, techniques, sequences or
procedures of constructinn (if any) thai may be shown ar indicated or expressly required
by the Contract Documents, (iii) that Bidder has given Ciry written notice of all
conflic#s, erinrs, ambiguities and discrepancies in the Contract Docutnents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have noi been reso.lved tl�rough the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms ar�d conditians for perfoi•ming and fu��nishing the
Work.
4.4.'I'he pravisions af this Paragraph 4, inclusive, do nat apply to Asbestos, Palychlorinated
biphenyls {PCBs), Petroleum, Hazardo�s Waste or Radioactive Ma#erial covered by
�'arag,�•aph 4.p�, of the Generai Conditions, anless specifically identified in the Con�-act
Documents.
5. Availability oiLands for Worl�, Etc.
1, The lands upon which �he Work is to be performed, rights-of-way and easements for
access thei�eto and other lands designated for use by Contractor in perfarn�ing the Wark
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, const�uction equipment or storage a#'
materiafs ar�d equipment to be incorporaied in the Work are to be obtain�d and paid for
by Contractoc. Easerr�ents fo�� permanent structures or permanent changes in e�sting
facilities are to be obtained and paid for by City unl�ss othe.rt�vise provided in the
Cankract Documents. '
5.2. Outsta.nding righi-of-way, easements, and/or permits Yo be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, andlor permits are not abtain�d, tkte City reserves the right to cancel
tlte award af cont�•act at any tim� befoce the Bidder bagins any canstruction work on the
project.
5.3. The Bidder s�all be prepared to commence construction without a!L executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construcii�n will praceed in the other areas ofthe praject that do not require permits
and/ar easements.
C1TY OF FORT WOl�TI�I CITYWIDE STOAM DRAIN IMPROV�IvIENTS
STANDARp CQNSTRUCTIONSP�CIFICATIOl+i DOCUMEIVT CITY PRq�ECTNO. 1U0092
Rer+isedl[Jpdated Navemher 2, 2021
00 2l l3
[NS'I`RUC"�lOdVS TO DIDD�RS
Page 6 of l0
6. �nYerpretations aud Addenda
6.I. All questions aE�out the me.aning o�• intent of the �iddin.g Documants are to be dit-ected ta
City in writing on ar before 2 p.m., the Monday �riof• to the Bid opening. Questians
r•eceived aftei� this day may not be respanded to. Interpretations or clat•i�ca�ians
considered necessary hy City in response ta such questions will be issued by Addenda
delivered to alI parties recarded by City as having received the Bidding Dacu�nents.
Only questions answered by farmal written Addenda will be binding. Oral and other
interpretations or cla�•iiieations will be without lega[ effect.
Address questions ta:
City of Fort Worth
200 Texas Street
Fart Worth, TX 76102
Attn: Michael Wellbauin, TIPW 5tormwatea� Division
EmaiL• rnichael.wellbaum@fort�vorthtexas.gov
Phone: 817�392�7343
{�.2. Addenda may also be issued to modi Fy the �idding Docuin�nts as de.emed advisa6le by
�I�.
53. Addenda or clarifications may be posted via the City's e[ectronic document management
and collaboration system at https://doc5.b3E0.autodesk_com/shar�s/dc91042b-594c-
4894-9c74-02I7eba�4798.
6.4. A prebid confer�nce may be he[d at the time and p[ace indicated in the Advertisement or
INVITATION TO BfDDERS. Representative� a£ City will be present to discuss the
Project. Bidders are encouraged to attend and participate iu the conference. C[ty will
transmit to aIl prospective Bidders of record such Addenda as City considers necessa�y
in response ta questions arising at the canference, Oral statements may not be relied
upon and will not be binding or legally effective.
�. Bid Security
7.1. Each Bid inust be accompanied by a Bid Bonci nnad� payahie to City in an auiount of fi�e
{5) percent of I3ldder's maximum Bid pt•ice, on tl�e fo�•rn attach�d or equivalent, issued
by a surety meeting the requirements of Paragraph S.O1 ofthe Gen�ral Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions af tki� No�ice of
Award ha�e been satis�ed. If the Successful Bidder fails to executa and retu�'n the
Contract Doeuments wit�in 14 days after the Notice of Award conveyi.ng same, City
may consider Bidder ta be in default, rescind the Natice af Award and act on the Bid
Bond. Such action shall b� City's e�clusive remedy in the event Bidder is deemed to
have defaulted.
crTY oF FaaT wo��-� crr�vu��. sTor�n� nx���r iMruov�r�t�rr7•s
STANDARD CONSTRUCTIDI+F SPECIFICATION DOCUME�fT C[TY PROJECT N0. l Od092
I2evisedlUpdated November 2, 2021
Ofl 2 ] 13
INSTRUCTIONS TO 13TI]D�CRS
Page7of10
8. Contracf Times
The nu�nbe�- af days within v,+hicli, nr the dates by which, Milestones are to be achie�ed in
accordance with the General Requirements and the Work is ta be campleted and i•eady for
Final Ac�eptance is set fartk� in the Agreement or incorporated therein by reference ta I:he
attached Bid Fc�rna.
9. Liquidated Damages
Provisions for liquidated dannages a�•e set forth in the Agceement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of �naterials and equipment described in the
Bidding Documents without considera#ion of possible substitute or "or-equal° items.
Whenever it is indicated or specified in the Bldding Documents that a"suhstitute" or "or-
equal" item of mate3•ial or equipment may be furnished ar used by Cantraetor if acceptable to
City, application for such accepta�ce wi�l not be considered by City until after the Effective
Dat� af the Agreeinent The pracedure for submission of any such application by Contractor
and consideration by City is set forth in Pa�agz•aphs 6.OSA., 6.OSB. and 6.OSC, of the General
Conditians and is supplemented in Section O 1 25 fl0 of �lte General Rec�uirements.
X1. Subcontractors, Suppleers and Others
11.1. In accordance wi� the City's Business Equity Ordinar�ce No.25I65-1�-2021 the City
has goals for the participation of minority business andlor wntnen business
enterprises in City contracts $100,000 or greater. 5ee Section QO 4S 40 for tlie
M/WBE Pro�eci Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Drdinanc� No.25 ib5-10-2021, as arnended (replacing Ordinance
No. 24534-11-2020), codi�ed at:
https:/lcodelibrar�amle a�m/codes/ftworthllatestl�.rvorth tx/U-fl-4-22593
1 I.2. No. Conij•actor shall be required to empjoy any Subcontractor, Supplier, othec person
or organization against whom Cont�'actor or City has ceasonable objection.
12. Bid Form
12.1. The Bid FQrm is included with the �idding Documents; additional copies may he
obtained from tlie City.
12,2. All blanks on the Bid �'orm must b� completed and the Bid Form signed in ink.
Erasures ar alterations shall be initialed in ink by the person signing the Bid Forrrt. A
Bid price shall be indicated fa�' each Bid item, alternative, and unit price item listed
therein. In the ease of optional alternatives, the words "No Bid," "No Change,° or
"Not Applicable" may be entered. Bidder sha11 state the pt•ices for which the Bidder
proposes ko da the wark contemplated oc furnish mate�•ials required. All ent��ies shall
be legible.
C1TY aF FORT WORTH CI'CYWII]E S'l'ORI�i dRAIN aVII'ROVEIvIENTS
STt13VDARD CONSTRilCT10N SPECIFI�ATION DOCUh�1�NT C1TY PROI�CT NO. 100092
Revised/[Jpd�ted Navem6er 2, 2021
60 21 13
INSTtiUCTTON5 TO [31DDFR5
Page S of 10
12.3. Bids 6y coiporations sha11 be executed in the corpot�ate name by the president or a
vice-president or other coi•p�rate officer accflmpanied hy ewidence of authority to
sign. The corpot•ate seal shall be afiviced. The corpoi•ate address and state of
incorpox'ation shal] be shawn below ti�e signatut-e.
12.4. Bids by partnerships sha[I be e�ecut�d in the partn�rship name and signed by a
pastner, whose title must appear uilder the signature accompanied by evidence of
authority to sign. The official addx'ess af th� pactr�.ership sha]] be shown below the
signature.
12.5. Bids by liinited liability companies shall be executed in the name flf the firm by a
member and accompanied by evidence of altthority to sign. The state of formation of
the firm and the offcial address af the firm shall be shown.
12.6. Bids by individua[s shall show the Bidder's name and official address.
12.7. Bids by joint �enturas shall be executed by �ach jaint venture in the manner indicated
on the Bid Porm. The official address of the�oiilt �enture shall be shawn.
12.8.
12.9.
All names shall be typed or printed in ink below the signattu•e.
The Bid shall contain an acknowledgement of receipt of all Addenda, the nutnbers of
which shall be filled in on the Bid Form.
12.10. 1'ostal and e-mail addresses and te[ephor�e number for communications regaeding the
Bid shall be showr�,
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state af
Texas shall be provided i� accar•dance with Section 00 43 37 — Vendar Compliance
to State Law Non Resident BicEder.
13. Sub�rnission nf Bids
Bids shall be suE�mitted o.n the prescribed Bid Porm, provide.d with the Bidding Documents,
at the time and place indicated in the Advertisement or INVTTATION TD BIDDERS,
addt•essed to Purchasiiig Managei of the eity, and shall be enclosad in. an o.paque sealed
envelope, ma�•ked with the City Project Number, Project titte, the name and address af
Bidder, and accompanied by the Sid sectu•ity and other eequired documents. If tha Bid is sent
through the mail or othei• delivery system, the sealed envelope sha[I be enclased in a separate
envelope with the natation "SID ENCLOSED" on the face of it.
14, Withdrawal af Bids
14.1. Bids addcessed to the Pu�•chasing Manager and filed wit[� the P�u•chasing Office rnay
be withd�•awn prior to tlae tia�.e set fo�• bid apening. A request %�� withdrawal must be
made in writing and delivered to the Purchasing Office to receive a tima stamp prior
to the opening af Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid opening, will not be read aloud a�d will
thereafter be returned unopened.
C1TY OF FORT WaRTH C[1'YWIDE STORM DRAIl� 1MPItQVEMENI'S
STANI]AYLD CONSTRUCTIdN SPECIFICATIbN DDCUMENT C1TY P1207ECT NO. 100092
Revised/[Fpdated November 2, 2021
oa2� is
INSTRUCTIONS TO BIDDERS
Page 9 of 10
14.2. Li the evei7t any Bid for which a withdt�awal request has been timely filed has been
inad�ertentfy opened, said Bid and any �ecord thereof will s�ak�sequently be marked
"Withdrawn" and will be given no further consideration for the awa��d of contract.
1�. Opening of Bids
Bids will be opened and read aloud publicly. An abstract oftl�e ainounts of the base Bids and
major alter:nates (ii any} will be made availahle to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
,a.l] Bids r�ill remain subject to acceptance foj• a minimum of 90 days or the time period
specified for Natice o�' Award and execution and deIivery af a complete Agreement by
Successful Bidde�'. Gity may, at City's sole discretion, reiease any Bid and nullify the Bid
security prior to that dat�.
I'�. Evalnation of Bids and Award of Contract
i7.1. City reserves the right to reject any or all Bids, including wiChout limitation the rights
to t'eject any or aIl nonconforming, nonresponsive, unbala�ced or conditional Bids
and to reject the Bid of any Biddei• if City believes that it would not be in the bes#
interest of tlae Project to make an aw�'d ta that Bidder. City reser�es the righi to
waive infarmalities not involving pric�, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies betvreen the muliiplication ai units oi
Work and unit prices will be resolved in favar of the unit prices. Disc��epancies
6etween the indicated sum af any eolumn of figuz•es a:nd the corr�et sum there�f will
be resqlved in favor of the correct sum. Discrepancies between words and �gures
will be resolved in favo�• of the wprds.
17.1.1. Any or all bids �viIl be rejected if City has reason to beIieve tl�at callusion exists
among the Bidders, Sidder is an interested party to any litigation against City,
City or Bidder may have a elaim against the other or he engaged in litigation,
Bidder is in ai�re��s on any existing contract o�• has defaulted on a previQus
contract, Biddec has pei-formed a prior contiact in an unsaiisfactory inanner, or
Bidder has uncompleted wot•k which in the judgrnent of the City wilj prevent or
hinder the prompt completion of additional wark if awarded.
I7.2. In additifln to Bidder's relevant pi•equalification requirements, City may consid�r the
qualiiications and experience of Subconf�actors, Suppliers, and ather persons and
organizations proposed for those portions of the Wark where the identity of such
Subcontractors, 5uppliers, and other pecsons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also rnay
cansid�r the operating costs, maintenance requlrements, performance data and
guarantees of major items of materials and equipment praposed for incorporatian in
the Work when such data is required to he submitted prior to the Notice of Award.
17.3. City may co.nduct such investigations as City deems neces5ary to �ssist in the
evaluation of any Bid and to establish tk�e responsibility, qualifications, and fnancial
ability of Bidders, pr4posed Subcontractors, Su�pliet•s and othee persons and
organizations lo perform and furnish khe Work in accordance with the Cont�-act
Documents to City's satisfaction within the pt•escribed time.
Ci'FY 0[' PORT iylORTH GITYWIDE STORM BTL4IN IMP120V�MENT5
�TANDAR]] CONSTRUCTION SPECIFICA7'IQN DOCUMENT CITY PRO.TECT i+i0. 1000'�2
Revised/Updated NovemUer 2, 2021
40 21 l3
iNST[tUCTI0N5 TO BIDDT�RS
Page 10 of l0
17.4. Contractor shall pe��forin with his awn orgarzization., wark of a value not less tl�an
3S°/a of tlae value embraced an the Contract, un.less otlaec•wise appro�ed by the City.
17.5. If the Contract is to be awarded, it will be awardad to ]owest t�esponsible and
eesponsive Bidder whose e�aluation by City indicates that the award will be in tlte
best interests of the City.
I 7.6. Pursuant to Texas G�vernment Code Chapter 2252.001, the City will not awa�•d
contract to a Noru•esident Bidder unless the Noru`esident Bidder's bid is lower thar�
the Iowest bid submitted by a responsible Texas Bidder by the same amoutrt thaf a
Texas reside�t bidder wauld be requi.red to underbid allonresident Biddei• to obtai.n a
comparable contract in the state in which the nonresident's p�•incipal place of
business is �ocated.
17.7. A contract is not awarded until formal Gity Counci] autharization. If the Contract is
to be awarded, Cify will award the ConEract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City ar others r�ill constitute
acceptance of a Bid, Upon ihe contract award, a Notiee of Award will be issuetE by
the City.
17.7.1.The contractar is required to fill out and sign t�e Certificate of Interested
Parties Forrn 1295 and the form must be submitted to the Praje.ct Manager
before fhe contract will be presented to tl�� City Council. The form can be
abtained at httns:llwww.ethics.state.tz.usldatalforms11�95/1a95.udf
17.8. Failure af refusal to comply with the requu�em.ents may r�sult in rejection of Bid.
18. Signin� af Agreement
1$.I , Wl7en City issues a Notice of Award to the Success#'uI Bidder, it will be accompanied
by the required number of unsignad counterpac�ts of the Peoject Manual. Within l4
days thereai�ei�, Contractor shall sign and deli�er the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall ther�aft�r d�I�ver one fully signed counterpart to Cantractor,
19. Sales and CTse Taxes
END OF SECTION
CITY OP FORT WORTE-I Cl'I'YW1DE STQRM DRAIN IMPRqVEMENT5
STANDARD CONSTAUCTION SPEC�'ICAT[ON DaCUMENT CITY PROJECT NQ. 100�92
Re�isedlUpdated November 2, 2021
00 35 i3
CONFLfCT OF INT�R�ST STATEMENT
Page 1 of 1 =
s�c�rion+ oa 3� �3
CONFLICT OF 1NTEREST STATEMENT
Each bidder, offeror or respondent to a City of �ort Worth pracurement is reguired to com�lete a
Canflict of Interest Questionnaire or certify that one is current and on file with the Gity Secretary's
Office pursuant to state law.
If a member of the F'ort Wor�h City Council, any one ar more ofi the City Manager or Assistant
City Managers, or an agent of the City who exercise ciiscretion �n the planning, reeommending,
selecting or contracting with a b�dder, offeror or respandent is affiliateci with your company, then
a Local Government Officer Conf�icts Discl�sure S#atement {CIS) may be required.
You are urged to cansult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The r�ferenced forms may be downlaaded from the links prov�ded below.
e � -.� �il �, kQ ,il � W � .�li�:[ •�'I lRL6Fe•=,.i [�=-sU _^•i i i i ;-_�• G �� i� tt3- `'_�:y ;
nh�,,,:iiu4rvw.etn��-.:��t� �as�uau��urrii �vnni4 iClc '�ii,
❑
C�
❑
❑
❑
❑
�IDDER:
CIQ Farm does not apply
CIQ Form is on file with City Secreiary
CIQ Form is being pro�ided to the City Secrefary
CfS Farm does no# apply
CIS Form is on File with City Secretary
CIS Form is being pro�ided to the City Secretary
Woody Contractors, Inc.
65a Tower Dr
Kennedale, TX 76060
��wo o� sEc�ioN
By: Tray Waody _ _, _ _
5ignature: .. `�
Title: President
CITY OF FORT WOF2TH CiTYWlDE STOi�M DRAIN 1MPROVEMENTS
STANDARI] CONSTRUCTION SPECIFICA710N �OCUMENTS CITY PR4JECT NO. 100092
Revised February 24, 2020
Ofl 41 UD
BID FORM
Page 1 af 3
SECTION 00 41 00
BID FQRM
TO: 7he Purchasing Manager
clo: The Purchasing Divisi4n
20Q Texas Streei
Ciry of Fart Worih, Texas 761fl2
FOR:
City Project No.:
UnitslSections:
CITYWI�E STORM �RAW {MPROVEMENTS
100092
NIA
1. Entar into Agreement
The undersigned Bidder praposes and agrees, 'tf this Bid is accept�d, to enter into an Agreemen� with City in the form
includec! in the Bidding Documenks to perform and furnish all Wark as specified or indicated in the Contract �ocuments
for the Bid Price and v�rithin khe Contract Time indicated in thi5 Bid and in accordance with the other ierms and conditions
af the Contract Dacuments.
2. BIDDER Acknowledgemen#s and Ceriification
2.1. In submitting this Bid, Bidder accepts aA of the terms and conditians of the INVITATION TO BIDDERS and
INSTRUCTIOlVS TO BI�dERS, including without fimitation those dealing with the dispositian of Bid 8ond.
2.2. Bidcier is aware of all costs to provicie the required insuranoe, wiU do so pending contract award, and will
provide a valid insurance cerkificate meeting all requirements within 14 days of notification of award.
2.3. BEdder certifi�s that this Bid is genuine and not made in fh� interest of or on behalf vf any undisclosed
individual or enfity and is not submitted in cor�formity with any collusive agreement or rules of any group,
associafion, organization, or corparation.
2.4. Bidd�r has not directly or indirectly induced nr solicited any ather Bidder ta submif a false or sham Bid.
2.6. 6idder has not salicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusi�e, or coerci�e praciices in competing for the ConYract.
�or the purposes of this Paragraph;
a. "cQrrupt practice" means khe ofFering., giving, receiving, or soliciting of any thing af �aiue likely to
influence the acfian of a public official in the bidding process.
6. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding pracess ta the detriment of City (b) ta establish Bid prices at artificial non-corripetitive
levels, or (c) ta depri�e City of the benefiks ofifree and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
wifhout the knowledge of City, a purpose of which is ta establish Bid prices at artificial, nan-
competiti�e levels.
CITY OF' FORT WORTH CITYWIQE STORM i]RAIN IMPROVEMENTS
57AN�AR� EONSTRUCTIqN SPEGFICATION �OCUMENTS CITY PROJECT NO. 10D492
Revised 913a12o21
� S
0o ai na
BI� FQRM
Page 2 of 3
d. "coerci�e pracfice" means harming or threatening to harm, directly or indirectly, persons or fheir
property to inf�uence their participation in the bidding process ar affect the execukion o# the
Contrac#.
3. Prequalification
7he Bidder acknowledges that the fo{lowing work types must be performed only by prequalified caniractors and
subcontractors:
a. Sewer Improvements (Sanitary & Stormwater)
b. Water Improvements (Potable)
c. Asphait Paving ConstructionlReconstructian (Less than 10,000 5Y)
d. Concrete Paving ConstructionlReconstruction (Less than 10,Oa4 SY)
e. NIA
f. N!A
g. NIA
h. NIA
4. Time of Gornp[etian
4.1. The Work will !�e complete for Final Acceptance within 730 days after the date when fhe
the Contract Time commences to run as provided in Paragraph 2.03 of the Generai Canditions.
4.2. Bidder accepts the provisions of the Agreement as ko liquidated damages in the event of failure to complete
the Work {andlor achie�emenk of Milestones} within the times specified in ihe Agreement.
5. Attached to this Bid
The follawing documents are aitached to and made a part of this Bid:
✓ a. 7his Bid Form, Section 00 4� 4Q -�
/ b. Required Bid Bond, Section QD 43 13 issued by a surety mesting the requirements Qf Paragraph J
U 5.D1 of the General Conditions.
"` c. Proposal Form, Sectian fl0 42 43 `�
✓ d. Vendor Compliance to 5tate Law Non Resident Bidder, Section 00 43 37 �
e. MWBE Forms (optional at time o� i�id)
� f. Prequalification Statement, Sectian Ofl 45 92 �
� g. Conflic# of Inke�'est AfFdavit, 5ectian 00 35 13 -+�
*If necessary, CIQ or CIS forms are to be provided direct;y to City Secretary
h. Any additional dacumenks that may be required by Sectien 12 of the Instruction5 to Bidders
CI7Y OF FORT WOR7H
STAiV�ARA CON5TRl1CT10N SPECIFlCATION pOCfJMENTS
Revlsed 9f3012a21
CITYWIDE STDRM bf2AIN IMPROVEMENTS
Cf7Y PROJECT NO. 140092
00 41 00
BID FORM
Page 3 of 3
6. To#al Bid Amau�t
6.1, Sidder will complete the Work in accordance with the Contrack Doeuments for the following foid amount. In
the space provided below, please enter the total bid amount for this prvject. Only this f�gure will be read
publicly by the Ciiy at the bid opening.
6.2. It is understood and agreed by the 8idder in signing this proposal that the total bid amount entered below is
subject to verification andlor modification by multiplying the unik bid prices for each pay item by the respecki�e
eskimated quanti#iss shown in this proposai and then totaling aN of the extended amaunts.
Total Bid
1. Bid Submittal
� �� jl��� �5�, °o
This Bid is su�mifted an May 19, 2022 by fhe entity named helow.
Respectfully subm�a,
By: '�� ,
. - (Sign�re)
�,+r �'rroy Woody
(Printed Name)
Title: PfeSld2flt
company: Woody Cantractors, Inc.
Address: 650 Tower Dr
Kenneda{�, TX 76060
5tate of Incorporation; TeXaS
�mai�, twaody2020@aol.com
Phone: 817-4$3-4787
END OF S�CTION
Corporake 5eal:
CITY DF FORT WQRTM CITYWIDE STORh1f bRAIN IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATtOiV p4CUMENTS CITY PRQ.IECT NO. 90D092
Revised 9730/2021
06 42 43
PROPOSAL FDRNE IINI'I' FRIC�
Page l afB
�I�I� ��I�� �l�
PR�P�SAL FORM
5ECTIOAk 00 42 43
�idd�r's Application
Bidlist
1#em No.
1
�
3
a
S
6
7
8
9
ia
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A2
43
Froject Item Infarmation
Description
0170.0102 Work Order Mobilization {Misc Only}
p170.0103 Work Order Emergency Mobilization (Misc Only)
9999,0001 7raffic Permit for Utility Cut
9999.dOQ2 Prajett I�esignation Sign (one time make., but used at each
work ta5k locationj
4999.OD03 Temporary Fence and Posts {6' thain linl
D241.0100 Remove Sidewall�
OZ47..0300 Rerriove ADA Ramp
�241.0401 Remove Concrete Qri�e
0241.D402 Remove Asphalt Drir+e
Q2a1,0500 Remave Fence
0241.0600 Remove Wa{l <4' {Concrete or Railroad
0241.080Q Remove Riprap
0241.1000 Remove Conc Pvmt
0241.1100 Remave,QsphaltPavement
a241.�.304 Remo�e Conc Curb&Gutter
0241.1400 Remove Conc Valfey Gutter
02A13011 Remove 15" 5torm Line
4zd1.3013 Remove 18" 5tnrm Line
0241.3414 Remove 21" Storm Line
0241.3415 Remove 2a" 5torm Llne
02a1.3016 Remo�e %7" SCprm Line
0241.3fl17 Remove 30" 5torm Line
0241.3018 Remove 33" 5torm �ine
02a13019 Remave 36" 5torm Line
02A13020 Remove 39" 5torm Llne
0241.3b21 Remove 42" Storm Line
0241.3023 Remave 48" Starm Line
0241,3024 Remo�e 54" 5torm Line
0241.3025 Remove 60" Storm Line
0241.31L11 15" Storm Abandonment Plug
0241.37.62 18" Storm Abandonment Plug
D241.31Q3 27.° 5torm Abandonment Plu
0241.31Q4 24" 5torm Abandonment Pfug
a241,31Q5 27" 5torm A6andonment Plug
0241.3106 3D" Storm A6andonment Plug
0241.3107 33" 5tarm Abandonmenk Plug
02413108 3fi" 5torm Abandonment Plug
fl241.3109 39" Storm Abandonment Plug
0241.3130 42" Storm Abandonrnent Plug
0241.3401 Remove 4' Storm Junctlon Box
Q241.400i Rerrtove Curb Inlet - All 5izes
D341.4201 Remo�e 4' Prap Inlet
0241.42�2 Remove 5' �rop InIeY
Bidder's Proposal
Specification Unit of Bid �nit Price
Secfion No. Measure Quantity
p170 a0 EA 7,5 $14,OOO,dO
07. 70 Ua EA 3 $�S,DOO.Ofl
�155 26 EA 10 $100A�
015813 EA 2 $500.a0
32 31 13 LF 50 $35.00
02 47.13 5F 3000 �Z-�Q
OZ 4113 EA 6 $700.00
02 4113 5f 5000 $z•00
02 4113 SF 250� $1,00
�24113 LF 1440 $�•da
02 41 13 LF 1d6 $4fl.00
024113 SF 200 $4.00
p2 A1 15 5Y 1500 $23.00
02 41 S5 5Y 400 $23.p0
Q2 41 ]5 LF 1000 $15.00
02 4S 15 SY 100 $16.60
02 411� LF 20d $16.OD
02 4114 LF 200 $�6.fl�
024114 LF 200 $�6.00
02 41 14 LF z00 $17•00
02 4114 LF 100 $17.00
02 41 14 Lf 1aD $18,aD
0241 i4 LF 10Q $18.00
02 A 1 14 LF 1q0 $21.fld
Q2 4114 LF 7Dfl $21•Qfl
02 41 14 LF 50 $Z5.00
02 4114 LF 50 $25.00
02 4114 LF SO $29•��
p2 A1 14 Lf 5Q $29•00
02 417.4 EA 2 $750.q0
02 4114 EA 2 $750,40
02 41 14 EA 2 $SOO.flC
02 4114 EA 2 $BQO.00
02 4114 EA 2 $850.9C
D2 4114 EA 2 $850.OL
02 A114 EA 2 $850.6C
Q2411A EA 2 $950.DC
42 41 14 EA 2 $950Af
02 4114 ER 2 $950.0[
02 A114 EA 2 $2,254.00
D2 �L1 14 EA 5 $z,z50.00
02 4114 EA 2 $2,OOQ.00
U24114 EA 1 $Z,l00AC
Bid Value
$1,OOO.pO
�zm�
700.
CITY DF YORT WORTH CITYWIDE STORM DRAISV 1MYROVF.MENTS
STAN�AIiD C6NSTRUCTIOi+F SPHC�FICATION DOCUM�N'I�S. CITY PROJECT N0. ]00093
Revised 9I3fl13021
Bidlist
Item No.
A4
45
46
�}7
48
49
50
51
52
53
54
55
Sb
57
58
59
60
fi1
62
63
6�
65
6fi
67
68
Description
0241.4301 Remove z' Grate lnlet
02�41,4303 Remo�e 4' Grate Inlet
0241.4401 Remove Headwall/SEf
D241.45fl1 Remove 6" Trench �rain
0241.5001 Abandan Manhole (Storm MH in place}
3110.0102 6"-12" Tree Removal
3110.0103 12"-18" Tree Removal
311�,0104 18"-24" 7ree Removal
3110.0105 24" and Larger7ree Removal
3123.0101 Unclassified (Channelj Excavatlon by Plan
3123.d103 Borrow by Plan
3124.0101 Embankment by Plan
3125.0101 SWPPP zlacre
3137.0101 Concrete Riprap
3137.0102 Large 5tone Riprap, dry
3137.07.03 Large 5tone Riprap, grouted
3137,Q104 Medium Stone Riprap, dry
3137.0105 Medium Stone Riprap,grouted
32p1.�112 5' Wide Asphalt Pvmt Repair, Residential
3201.0117 1p' Wide Asphalt Pvmt Repair, Residential
3201.0122 5' Wide Asphalt Pvmt Repair, Arterial
32Q1.0127 10' �ll�ide Rsphalk Pvmt Repair, Arterial
3201.dJ.32 5' Wide Asphalt Pvmt Repair, lndustrial
3201.Q337 10' Wide Asphalt Pvmt Repair, lndustriai
3201,0201 Asphalt Pvmk Repair Beyond Defined Width, Residentia!
Speci fication
Section Na.
i
02 4114
02 47.14
024114
�2411a
D2 4114
31 10 00
311D DO
31 10 00
3J.1� DO
312316
3123 23
3124 00
3125 �0
3137 00
3137 00
3137 00
3I 37 40
3137 Oa
32 4117
32 0117
32 01 17
32 0117
32 d117
32 D1 17
32 0117
Unit af Bid
1V(easure Qusntiry
EA 2
EA 2
EA 2
LF 54
EA 2
EA 20
EA 10
EA 3D
£A 5
CY 1006
CY S00
CY 500
LS 2
SY 300
5Y 100
5Y 1Q0
5Y 100
SV 100
LF 300
LF 100
LF 300
LF 50
l.F 300
LF 50
SY 300
69 �3201.0242 Asphalt Pvmt Repair Beyond Defined Width, Arterial/lndustriall 32 q117 ` SY I 300
70
71
72
73
7A
75
7fi
77
78
79
sa
S1
82
S3
84
85
86
87
88
89
90
91
92
93
94
95
LF
5Y
SY
SY
SY
5Y
5Y
5Y
SY
TN
5V
5Y
5Y
SY
SY
SF
5F
5F
Sf
SF
5F
EA
EA
�A
EA
EA
ao az a3
PRDPQSAL FORM UNF'i' PRICL�
Page Z of 6
Unit Price I Bid Value
$44.40
$173.40 '�'s''
$56,00 $11,:
$181.q0 $54,:
$203.04 $60,f
$205.04 $41,{
$23.OD 2,�
$�5.00 $2,�
SZa.00 $z,:
$27.00 $z,
$25.fl0 $26,R
$395.00 $1;
$8,50 8�'
$125.00 $52,!
$59.00 $�,'
$65.OQ $65,i
$140.OQ $70,i
$15.Q0 15,�
$16.00 $4,�
$?.6.04 $80,�
$17.flQ $85,�
$17.00 $8,
$18.00 9,
$4,44Q.00 $17,
$5,48a.00 $Zl,
CI7'Y OF FORT WORTH CITYWIDE 5TORM DRAIN IMPROVEI�fENTS
STANDARD CONSTIti3GTlON SPECIFICA:TIOIV ➢0CT1H1ENTS CTTY PR07�.C'I' ➢AQ. 100092
Revised 9/3012021
3201.04�0 Temp Asphalt Paving Repair
32D1,06i4 Conc Pumt Repalr, Residential
3201.0616 Conc Pvrnt Repair, Arterial/Indust
9999.OQD4 Conc Pvmt Repair, TxDqT
3211.0111 4" Flexible Base, Type A, GR-1
3211AS12 6" Flexi6fe 8ase, Type A, GR-1
3211.0121 4" Flexlble Base, 7ype A, GR-2
3211.0122 6" Flexi6le 8ase, Type A, GR-2
�241.170Q Pvmt P�{verization {8" Depthj
3211.0600 Cement
3211,U702 8" CementTreatmeni
9999.0005 2" Mifl & Overlay (under 500 5Y}
�212.�302 �" Asphalt PvmtType D
3212.05D1 4" Asphalt Base Type B
9999.0006 6" Conc Alley with Roll dver Curb
3213.a30J. 4" Conc 5idewaik
3213.0302 5" Canc 5idewalk
3213.0400 5" Concrete Driveway
3213.0�4D1 6" Concrete Driveway
327.3.045Q 5" Concrete Driveway, Exposed A
3213.0451 6" Concrete Driveway, Expqsed A
3213,0501 Barrier Free ltamp, Type R-1
3213.0502 Barrier Free Ramp,Type U-1
3213.a503 Barrier Free Ramp, 7ype M-1
3213.0504 Barrier Free Ramp, Type M-2
3213,D505 Barrier Free Ra mp, Type hA-3
32 0118
3� 0129
32 D1 %9
32 0129
32 1123
32 1123
3Z 7.1 Z3
321123
02 4115
321133
32 1133
32 0117
32 12 16
3212 16
3213 13
32 13 20
3213 20
32 13 2d
3Z132q
32 13 20
3213 20
3213 20
3213 20
3� 13 ZO
32 13 2a
3213 20
2p0
300
300
2p0
1p0
100
ioo
10D
1Q00
5
1�00
500
100
ioao
�oa
1000
30Q
5000
5000
500
500
4
4
4
4
4
Bidlist
Item l�o.
96
97
98
99
100
1D1
zaa
103
104
105
106
107
108
sa9
110
111
112
i13
114
135
116
117
118
119
120
1Z1
122
123
12A
125
126
127
szs
129
130
131
�
133
13�}
135
136
137
138
139
7.4a
141
142A
142B
143A
3436
144A
1A4B
7.45A
3213,0508
327.3,4509
3213.0510
3216,01d1
3Z16.0102
3216.0301
3215.03�2
3231.0121
3z91.0100
3292.Q100
3292.QG50
3292.0500
9999.OUp7
3293.0103
9999.tl�09
33a1.D011
3301.4012
3301.Od13
9999,Q01a
3305.Q103�
3305.01d3a
3305.0103a
3305.0105
33Q5.0107
3305.0109
3305.0111
3305.fl116
3305.0117
33a5.0242
33d5.0207
3311.0001
337.z.z001
3312.2007.
3312.21�1
3312.21�1
3312.2201
3312.2Z01
�331.3311
�CSCRpLi011
Barr�er Free Ramp, 7ype P-1
Barrier Free Ramp, Type p-2
Barrier Free Ramp;Type C-1
Barrier Free Ramp, Type C-�
Barrier Free Rarnp, Type C-3
6" Conc Curb and Gutter
7" Conc Curb and Gutter
7" Conc VaHey Gutter, Residential
11" Cont Valley Gutter, Arterial/Industrial
4' Chain Link, Aluminum {New)
6' Chain Link, Aluminum {Newj
6' Fences, Wood (Newj
8' fences, Woad (Newj
Conc Ret Wall Adjacent to 5idewalk
Topsoil
6lock 5od Placement
5eeding, Hydromuich with binding age
5eeciing, Soil RetenYipn Blanket
Bonded Fiber Multih
Plant 3" 7ree
Temporary IrrigaCion - 3,000 5F or Less
Temporary Irrigatian - Greater than 3,i
Pre-CCN Inspectian of Stprm Drain
Post CCiV Inspection of Storm Drain
Condikion Assessment CCN Inspectior
Low 5trength Concrete - Flowa6le Fill
A" Waterline Lowering
6" Waterline Lowering
8" Waterline Lowering
10" Waterline I,owering
12" Waterfine Lowering
Explpratory Excavation of Ex. llYilities �
Exploratory Exca�ation af Ex. Utilities
Exploratory ExCa�aYian of Ex, Utilitie5
Inlet Adjustment
Manhole Adiustmen#, iVlinar
5F
of Stprm braln
- 5' Deptl
- iq' Dep
I` - 20' De
7rench Safety
Valve Box Adjustment
Conerete Collar for Manhole
Manhole Adjustment, MaJorw/Co�er
Cancrete Encasement for Utility Pipes
Cancrete Collar for Valve
lmpprted Embedment/Backfill, C55
Imported Embedment/ Backfili, 5elect Fill
Ductile Iron WaYer �IttingS w/ Restraint
1" Water 5ervlce, Adjustment (ReEnove & Replac
1" Water Service, Adjustment (Remove & Replac
1 1/2" Water 5er�ice, Adjustment (Remove & Re
� 1/2" Water Senrice, AdJusCmenk (Remove & Re
2" Water Service, Adjustment (Remove & Replat
2" Water 5ervice, Adjustment (Remove & Replac
4" Sewer Servlce, Adlustment (Remove & Replac
Short
Lang
icej Short
iceJ Long
Shart
Long
Short
00 0.2 43
PROPO5Al, CORM [13+f17' FRTCE
Page 3 of 6
Unit Price Bid Value
$5,330.00 2A,320,p0
$5,39Q.00 $21,320.00
$5,33D.00 $21,320,00
$5,330.40 $21,320.00
$4,820.OQ $19,Z80.00
$58,00 $58,004.00
$59.00 $29,504.da
$145.00 $1�F,6170.q0
$168.00 $16,8pQ.p0
$h5.D0 $9,000.00
$55.Ua $27,50D.00
$75.OQ $37,50Q.00
$95.�4 $47,SUO.OD
$97.00 $4,850.OQ
$5$.00 $5,800,00
$27.40 $13,500.00
Specifcation Unit aF Bid
Section No. Measure Quantity
3213 2fl
32 13 20
32 13 2D
3213 2d
3213 20
3216 13
321b 13
32 7.613
32 16 13
32 31 13
32 3113
3z31z9
32 33 29
32 3213
32 9119
3Z 92 13
32 9213
32 92 13
32 92 13
32 93 43
32 84 23
32 84 23
33 0132
33 01 32
33 0132
33 05 flfl
33 d5 12
33 b5 12
33 05 12
33 05 12
33 05 12
33 05 30
33 D5 30
33 05 3fl
33 05 1A
33 0514
"�
33 05 10
33 05 14
33 05 7.7
33 d5 14
330510
33 05 17
3z 05 10
33 �510
33 11 il
3312 10
33121d
33 12 1d
3312 10
33 12 10
33 1210
33 3150
EA
EA
EA
EA
EA
LF
LF
SY
SY
LF
LF
LF
LF
SF
CY
5Y
5Y
SY
5F
EA
L5
SF
LF
LF
LF
CY
E,4
EA
EA
EA
EA
EA
EA
EA
EA
EA
�0.
LF
EA
EA
EA
CY
EA
CY
CY
TON
EA
EA
EA
EA
EA
EA
EA
4
4
4
4
4
1000
5QQ
10�
iao
zaa
500
5fl0
5�0
50
�ao
5�0
2fl06
1€}D00
600D
5
1
30QD
zoa
100
1fl0
100
1
1
1
1
1
40
30
20
1
1
�8
50d0
1
2
1
1p
2
5
10
1
3
2
3
2
3
2
3
10.00
31,45Q.
754.40
CiTY OF FORT WORTH C1T7`WIDE STORM DRAIN IMPRDVEMENTS
STANPARD CQNS7RUCTTOi+2 5PECIF[CATION ➢OCUMEN'CS CI'fY FROIECT NO. I00092
Revised �9I3012021
BidlisY
Item No.
145B
1A6A
146B
147
148
149
15D
151
}.52
153
1S4
155
156
157
158
159
160
16I
162
163
1U4
165
16fi
167
168
169
170
171
172
173
i74
175
176
i��
178
179
ssa
181
182
183
184
185
186
187
1&8
189
190
191
192
7.93
194
195
196
3331.3311 4" Sewer 5ervice, Adju;
3331.3312 6" SewerService, Adju,
33313312 6" Sewer Servite, Adju.
3341.01Q1 15" H�PE Pipe (Non-St
3341.0142 18" HDPE Pipe (iVon-St
3341.0204 24" HRRE Pipe*
3341,0301 34" HDPE Pipe*
3341.0308 36" HDPE Pipe*
3341.35D1 15" Polypropylene {PP
3341.3501 18" Polypropylene (PP
33413501 24" Palypropylene [PP
3341.35p1 30" Polypropylene (PP
3341.3541 36" Pofypropylene (PP
3341.3501 42" Polypropylene (PP
3341.35D1 48" Polypropyiene {PP
3341.35D1 fi0" Polyprapylene (PP
3341.d103 18" RCP, Class III {Norn
33�41.0201 21" RCP, Class III*
3341.0205 24" RCP, Class Ill*
3347.AZf}8 2i" RCP, Class III*
3341.0302 30" R�P, Class III*
3341.0309 36" RCP, Class III*
33A1.04fl2 42" RCP, Class III*
334�.0409 48" RCP, Class III*
3341.D502 54" RCP, Class III�
3341.0802 60" RCP, Class III�
3341A701 72" RCP, Class lii*
3341.a7p4 78" RCP, Cfass III*
9341.0801 84" RCp, Class III*
3341.1001 3x2 Bax Culvert*
3341.1q02 3x3 Box Cul�ert'�
3341.7.101 4x2 Bax Culrrert*
3341.11�2 4x3 Bax Culvert*
3341.1103 4x4 Box Culvert*
3341,1z01 5x3 Box Cu Ivert*
3341.1202 5x4 eox Culvert"`
3341.1203 5x5 Bax Culvert*
33a1.1301 6x2 6ox Culvert*
3341.13fl2 6x3 BoxCuivert*
3341.1303 6xa Box Culvert*
3341.1304 6x5 Box Culvert*
3341.1305 bx6 Box Culvert*
3341.14Q1 7x3 Box CulverC*
3341.14d2 7xA 8ax Culvert*
3341.1403 ix5 BoxCulvert*
3341.1404 7x6 8ox Culvert*
3341.1405 7x7 6ox Culvert*
3341.15�1 8x�4 Box CuEvert$
3341.15D� 8xS Box Culvert'�
3341.1503 8x6 Bax Culvert*
3841.150A 8x7 Box Culvert*
3347..15DS 8x8 Box Culvert*
3341.1bQ1 9x4 Box Culvert*
Description
tment (Remove & ReplaceJ Long
tment (Remove & ReplaeeJ Short
tment (Remove & fteplace} Long
ndardj 5hort *
ndard�*
Pipe�
Pipe*
Pipe*
Pipe*
Pipe*
Pipe"`
Plpe*
C]'fY DF AORT WORTH
STANDARD CONS'I"RijCTION SPECIF7CA770N DOCIJMENCS
Revised 413 012 02 1
Specification
5ec[ion No.
33 3150
33 3150
33 3150
33 41 11
33 4111
33 41 11
33 A111
33 4111
33 417.3
33 41 13
33 41 13
33 47.13
33 41 13
33 �4113
33 4113
33 4113
33 4110
33 4110
33 411d
33 411b
33 41 1�
33 4110
33 4110
33 41 10
33 41 10
33 41 10
33 A11Q
33 4� 10
33 47.10
33 4110
33 4110
33 41 10
33 4110
33 41 1Q
33 as sa
33 417.4
33 4110
33 4110
33 4110
33 4�.10
33 41 10
33 41 10
33 4110
334110
33 4110
33 4i 10
33 4110
33 4110
33 4110
33 4110
33 �4110
33 411D
33 41 J.0
Ullli O�
Measure
EP;
EA
EA
LF
LF
LF
LF
�
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
I.F
LF
LF
LF
LF
LF
�
LF
LF
LF
LF
L�
LF
LF
LF
LF
LF
LF
LF
LF
LF
Blf�
2
3
z
500
1000
1500
75Q
500
560
s.aoa
1540
750
500
50q
500
500
1000
iaoa
1500
500
750
SDO
3a0
306
30D
20q
2D0
iao
100
2q0
240
Zao
zoo
200
zoo
200
2p0
zoo
200
zao
10D
1�U
lfl4
1(l0
100
100
100
100
1D0
100
10Q
100
7.40
0� 42 43
PROPOSAL FORM UNITFRICE
Page 4 of 6
Unit Price I Bid Value
7
.00
�
CITY WIDE STDRM qltA[l+! IA�PROVE[u�NT5
CiTY PRO]ECT NO. 10�092
00 +32 43
PROPpSAL EORM UNIT FRICE
Page 5 of 6
Bidlist
Item No.
197
198
199
zno
201
202
203
204
205
206
207
zas
269
zia
211
za:z
213
214
215
216
217
3341.1602 9x5 8ox Cuivert*
3341.1603 9x6 Box Culvert*
�341.1604 9x7 Bax Culvert*
33A�1.1605 9x8 Box Culvert*
3341.1506 9x9 Sox C�lvert*
3341.2001 1ox4 Bax Culvert*
�341.2002 1Dx5 Box Culvert*
33A1.2003 10x6 Box Culvert*
3341.2p04 1dx7 Box CuiverC*
3341.2005 lOxB Bax Culvert*
3341.2006 lOx9 Box Culvert*
3341.2pd7 10x10 Box Culvert*
9999.0011 Extra Trench Depth
9999.fl012 Exkra Trench Depth
9999.0013 Extra Trench Depth
9949.0�14 Extra Trench Depth
9999.D015 Extra Trench �epth
9999.407.6 Extra Trench Depth
9999.0017 Extra Trench Depth
9999.0018 Extra Trench 4epth
19999.0019 Extra Trench �eptF
Descriptinn
45" Pipe or 5maller {8' - 10' de
45" Pipe or Smaller (14' - 12' d
A5" Pipe or Smaller (12' -�.5' d
48" Pipe or Larger (8' - ld' dep
48" Pipe or Larger (10' -12` de
48" Pipe or I.arger {12' - 15' de
Box Cu{vert (8' -10' depth}
Box Cul�ert (10' -12' depth}
Box Culvert [12' -15' depthl
Speci�cation
5ection No.
33 41 10
33 41 �.Q
33 41 10
33 41 10
33 4110
33 41 1d
33 4114
33 R11�
33 41 10
33 4110
33 4110
33 4110
33 05 10
33 Q5 10
33 05 10
33 0510
33 Q5 10
33 �5 10
33 05 16
33 05 10
33 05 1Q
Unrt of Sid
Measure Qnantiry
LF 10�
LF 1D0
LF 10Q
LF 1pq
LF ioo
LF lOfl
l.F 1p0
LF 7.00
LF 1QQ
LF 10d
LF lOQ
LF 100
LF 100
LF 100
LF 1D0
LF 140
LF iQ0
LF 100
lF 100
Lf 100
LF 100
Z1� �9999.0020 5prinkler Repair 6eyand Pipe Crossing (Otherwise Considered I 32 84 23 LS
Subsidairy to laying pipej Use Pereentage as Needed - InspecYorverified
219
zia
221
222
223
xza
225
226
227
zz$
229
23D
231
232
233
234
235
zs6
237
238
239
24Q
241
z4z
2�}3
z44
245
246
247
9999.Oa21 Connect to SD 5tructure (Inlet, J-Box, etc.� - All Sizes
9999.0022 Connectto Exisfiing Pipe or Box-All Sizes, All Materials
3305.0112a Concrete Collar on 18"-27" Pipe
3305.4112h Cancrete Collar bn 30"-48" Pipe
3305.0112t Concrete Collar on A8" or Larger Pipe
3349A001 4' Storm Junction Box
9999.0023 Additional Depth (>6'} 4` Storm Junctlon Box
3349.0062 5' Starm Junction 8ox
9999.Oa24 AddiYianal Depth (�6') 5' Storm Junttion Box
3349.0003 6' Storm Junctiqn Box
9999.Q025 Additional Depth (>5'f 5' 5torm Junction Box
3349.O1R5 5-5ided Manhale
9999.flOZ6 Additional Depth {>6') Non-Std Storm Manhole
3349.4102 15" 5ET
3349.A103 18" 5E�
3349A104 21" SET
3349,4105 24"$ET
3349.a106 27" SET
3349.d107 3fl" 5ET
3349.4109 36" SET
3349.5001 10' Curb Inlet
9999.flfl27 Additional bepth (>6'j 10' Curb Inlet
3349.50fl2 15' Curb Inlet
9999.Q028 Additional Depth (>6'} 15' Curb In1et
3349.5003 2Q' Curb Inlet
9999.0029 Additional Depth (>6'} 20` Curb Inlet
3349.6001 YO' Recessed Inlet
9999.0030 Additional Depth (�6'f 1p' Recessed Curb Inlet
3349.6DDz 15' Recessed Inlet
33 41 10
33 4110
33 05 17
33 0517
33 05 17
33 4910
33 4910
33 49 10
33 49 10
3� a9 io
33 49 1d
33 49 10
33 49 10
33 49 40
33 49 40
33 49 40
33 49 40
33 49 40
33 A9 40
33 49 4�
33 49 zQ
33 49 20
33 �}9 20
�a ag zo
33 49 ZO
33 49 2a
33 49 20
33 �9 20
33 49 20
EA
EA
EA
EA
EA
EA
VF
EA
VF
EA
VF
EA
VF
EA
EA
EA
EA
EA
EA
EE1
EA
VF
EA
VF
EA
VF
EA
VF
ER
1
6
6
z
2
2
20
Z4
10
20
z
20
2
20
5
5
5
5
z
2
2
20
20
5
ia
5
20
10
20
2
UnitPrice I Bid Value
103,
$5,0�O.Od
10,
�
,000.00
il,
CITY OF FORT WPRT4I CI'!'YW1I]E STORM �ItA1N IMAROVEMSN75
STANDARD CONSTAUG7fON SAECI17CA770N �OCi1MEN7'S CITY PItOSECT N0. I �0�092
R¢vised 9l30/2021
00 42 43
PROPDSAX, FORM UNIT FRICE
Page G of 6
Bidlist ❑escription � Specification Unit of $�d Unit Priee Bid Valae
Item No. Saction No. Measurc �uantity
Z48 9999.0031 Additional �ep#h (>6') 15' Recessed Curb !nlet 33 49 20 VF 20 $880.00 $17,5p0.00
Z49 3349,&003 20' Recessed Inlet 33 �}9 20 EA 2 $14,450.00 $28,900.00
250 9999,od32 Additional Depth (>5') 20' Recessed Curb Inlet 33 49 20 VF zp $1,160.00 $23,200.00
251 3349.7041 4' prop Inlet 33 49 20 EA 5 $y1,350.R0 56,750,00
252 9999.0033 Additional bepth (>6'j 4` �rop {4-Wayj InIeY 33 49 20 VF 2d $620.04 $12,aoo.ao
253 3349.70fl2 5' �rop Inlet 33 a9 20 EA 5 $12,zp0•fl0 61,0OO.OD
254 9999.0034 Additional Depth (>6'� 5' Drop �4-Way) Inlet 34 49 2� VF 20 $730.00 $14,b00.00
255 3349.70�3 5' Drop Inlet 35 49 20 EA 5 $13,440.00 $65,d00.00
256 9999.00�5 Additional Oepth {>6') 6' Drop (4-Wayj InleY 36 44 20 VF 20 $760.D0 $15,2a0.00
257 3349.84d1 10' Type 2 knlet 33 49 20 EA 10 $�4,70Q.00 $147,OOd.00
258 4999A035 Aciditional Depth {>6'} 10' Type 2 Inlet 34 49 2d VF 20 $�,040.Up $20,8fl0.00
259 �349.8042 �:5' Type 2 Inlet 35 49 2U �A 2 $19,SOO.OQ $39,600.Oa
260 9999.�037 Additional �epth [>6') 15` Type 2 Inlet 36 49 20 VF 20 $1,300.00 $26,0OO.OU
261 3349.8003 20' Type 2 Inlet 37 49 20 EA 2 $27,500.0� $55,000.00
262 9999.d038 Additional Depth (>fi'j 20' Type 2 Inlet 3849 20 VF 20 $�,S�a•00 $31,800.00
263 3349.94Q3 2' Grake lnlet 3949 20 EA 2 $5,550.00 $11,10a.00
2fi4 3349.9002 3' Grate Inlet 33 49 2D EA 2 $7,650.00 15,300.00
265 3349.9003 4' Grate Inlet 33 49 20 EA 2 $9,900.OD $19,800.Ud
266 9999.0039 Cast-In-Place Weadwall, Wingwall (Pipe & Box Culvert} 34 49 a4 CY 104 $�,30�.00 $130,000.00
26� 9999.0040 Concrete Pilot Channel 33 49 40 CY 2d $1,130.00 $�2,G00.00
268 9999,0041 Concrete Flume {with or without curb) 33 49 40 SY 200 $150.00 3�,�D0.�p
269 9999.0042 ArmdrFiex Cl2ss a0 (ACB w/ Conerete Edge} �137 00 5Y 110 $244.0� $26,840.00
27D 9999.OQ43 ArmorFlex Class SQ {ACB w/ Concrete Edgej 3137 00 5Y 11p $z63•00 $28,936.0�
271 9999,0044 ArmorFlex Class 70 (ACB w� Cpncrete Edge) 3137 OQ SY li0 �325.D0 $35,750.00
272 3471.0001a Traffic Control [Neighborhood 5treetj 34 71 13 MO 9 $3,000.00 $9,OOO.QO
273 3471.0001b Traffrc Control (Majar/Arterial Street) 34 7i 13 MO 3 $5,000.00 $15,000.00
274 9999.0045 Arrow Baard 347113 WK 4 $ZDO.OD $800.fl0
275 3471,OOOx Portabla Message Sign 347113 WK 4 $860.fl0 $3,�00.00
*For the purpose of this bid, All Pipe excludes lVrobiliration, Pavement Removal, and Connection to Existing Structures.
Tntal Qid 511,562,75D.OD
END OF S�CT1pN
CITY 0�' PORT�WORTH
SI'ANDARD CONSTRUC7'103� SPECIFIEATION➢OCUMEF�'TS
Revised 9/30/2021
C17Y WIDE STORM D[ZA[N IMPROVELV�NTS
CTCY PRO]ECT i�fD. l OQ092
BTD �OND
The A�nericaz� Institute of Archi�ects,
ATA Docum.ent No. A31fl (February, 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS, that we �ga�.y Contractors, Tnc.
as Prineipal hereinafter called the Principal, and Vigilant Insuxaz�ce Com�an�
as S�rety, hereinafter called ihe Surety, are held and firmly bound unto City nf Fort Worth, TX
as Obligee, hereinafter called the Obligee, in the sum of �ive PerCent nf Bid Az'r�.ouaai (5a/oi
D ollaxs ($ -----�-----�-------"- )� ior the payment of which sum well and truly ta be made, the said Principal and ihe
said Surety, bind ourselves, our heirs, executors, administrakors, successozs and assigns, jvintiy and severally,
firmly by these presents.
WHEREAS, the Principal nas subzz�itted a bid for Citywide Storm Drain I�provemenfs
Cit�r,project No. 100092 _ _
NOW, THEREFORE, if the Obligee sha31 accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in acc�rdance vvi�h the terms of such bid, and give such hondlor bonds as
ma�+ be spe.cified in the bidding or Contract Docuxnenis vvith good �nd sufficient s�arety for the faith�ful
performance of suck� Contract and for the prompt paytnent of labor ar�d material furnished iz� the
prosecu#io�. thereo�, or in the event af the failure of the Principal to enter such Contract and give such
bond or bonds, if the Princi�al shall pay to the Ob�igee the dzfferenc� �ot to exceed t1�e penalty hereoi
batween the amaunt specifieci in said bid and such Iarger arnount for which the Ohligee ma� in good
faith contrac� v�+ith another party ta p�rform the Work cavered by said bid, then this abligatian shall be
z�ull, and void, oiherwise to remain in full farce and effeet.
Sign�:d and sealed this Z9� day of May � 2D22
W40DY CONTRACTORS INC.
Prinaipal (Sealj
_4.-r _�-
gy, �
F, � NamelTitle
VIGILANT INSUR.ANCE COMPANY
Surety (5eal)
. �$y:
Elizabe Gray ttorney-in-�act
�� ����:
Power of Attorney
Federal Insurance Company I Vigilai�t Insurance Campany j Pacific Indetnn.iCy Company
ICnaw All by These i'rasents, 'fhat R6AERAL INSUI�ANCB CONIP,ANX, an indiana corporatian, VIGILANT I[�i5'f7R,ANCE COMPANY, a New York cotporation, and PACIFIC
INIIBMNL'tY COMPA�. a Wiscans� corporation, da each hereby constitute and appoint €lizabeth Gray, ChaYles ❑. Sweeney, lCy1e W. SWeeney and
Miehael A. Sweeney of Fort Warth, Texas -----------__.__.___._----•---------------_M_�-----------------._-----------------------------------_w_____
each as their Lr¢e and lawful Attarneyin�Fact W e�cecute under such designation in their names and to aft3x their corporate seals to and dellver for and on Cheir hehalf as surety
theeean or otherwise. bonds and undertakings and other writings obllgatvry in the nature thereof (othee than bail bands) given or executed i� the course oF husiness, and any
insttuments atnendingar alteringthe same, and consents to the modiRcation nr alteration of any ins[rument referred to insaidbonds or obligations.
In Witness W�ereof, said F&URRAL INSURANCS COMPANY, VIGII�ANT IN5UAAiVCE COMPANY, and PACTNiG AVDENII+RTY COMPA.NX have each eScecutec! and attested these
presents and affixed thefr corporate seals on this IS'" day of September, 2019.
'�C9�`'� 1�. �R�.s�J1�
.i��vtn bF. Chtore�s. r1���L�ta€atSc�:reca�y
�� ��.� ��,��Y.
STATB QF IV$W J6RSEY
CounryvfHunCerdan �"
�
►
�.,,,
��a
� ��� �� ����
O� thEs 16� day oFSe�tember, 2019, 6efore me, a Notary PubEic of Newrersey, personal�y came bawn M. Chloros. to me known tn be Assistant Secretary of FSDERAL INSURANCS
COMPANY, VIG1LAi�i'� IN5URANC& COMPAIVY. and PAGIFIC INb�M�lITY COMII'AI�Y, Yhe campanfes which executed the foregoing Power of Attorney, and the satd nawn M.
Chloras, 6eing by me duly swom, did depose and say that she is A55istanE Secretary af FS��RAF. INSURANCE COMPAI�Y. VIGILAMT 1N5EJItANCE COMPANY, and PACiF'IC
IidABMNiTY COMS'ANY and lmows the corporate seals tt[ereof, that the seals atiixed to the foregaing Power of Attarney are such corporate seals and were thereto atlixed hy
antharlty af saitl Companles; and tt�at she signed said Power of Attomey as AssisEant Secretary of said Crnnpan[es hy llke authortty; and that she !s acquainted w9th Stephen M.
Haney, and knuws hlm to be Vice Presldenk af saifl Cnmpanies; and that the signature oF5tephen M. Haney, subseribed to said Power of Attomey is in the genuine handwriting of
SiephenM. Haney, and was thereto subscribed by auChorifiy af said Cnmpaniesandin de�onent's presenc�.
NatarlalSeal
��Y
r�kar
AU&L1G
J
�tA7HE�fi1NET J. AOSiAAA
wa1'AiiY PUFsuc nF HEw �ErtseY
No.231B68B
Cnmmtss€on �ptres 3uly i6, a024
csx�rn�[c�.xro�v
�
. � ..��
�
Re&oluHons adopted hythe Boards nf pirectors ofRED6RAl. Si+ISllRANCE CDMPA,NY, VTGILANT INSl1RANCE CpMPANY, aT�d PACIPIC TNDSMNI'i'Y COMPANY on August30, 2Q16:
'R�'SOLVSiD, thatthe prllowlug authorizarians relateta ihe execarfon, for and onhehal!'oflhe Company. af6onds, undertak�ngs, reoogni�anres, contrac�s and othec written mmmltmenta ofthe Company
e�ered into In ihe ordlnary course oi6us9ness (each a' Written Gommitment"):
p} 8ach of the Cliaimian, the Presidem and ttie V[ce Presidents of the Company Is herelxy au[horiaed io execute anyWlrit[en Commttment !'orand on behalFofthe Compzny, under the
seal ofthe Cnmpany qruthersv[se.
(?� 6acE� duly appointed attomeyIn-fac[ af the Comp�ery is herehy authori�ed m�cecute any VVdtteo Commitment %r aad an behalf of the Company. under the seal oC the Campany nr
othenvlae,m the e�ctentthat such actlan isautlwrized by the grantof powers provtded for kn such persons wiitten appofntmentassuch attomey-in-fact.
{� Sach of [he Chalrman, the President and tke Vlce Presidcnls af theCompany is herehy authnEized, forand on behalfofthe Compa�ry, to appoiet In wrillng any persun the atLnmey-
in•fact of the Cumpany wlth Fuil power andauthorityroexeeufe, far and on behalfof[heCampany, under the sealoCthe Companyorati�erwlse,suchWr[[benCommlpnentsoftk�e
CQmpany as may be spec3fied In such wrltten appo3nhnenL wMch apeaticatlon may6e 6ygeneral type or c3ass of 1Nritten Commttments or by specifitaHon oF ane ormore partitulaz
written Cummitments.
(4) Bach uf the El�aEm�an, the President and the Vice Presidents af the Company is herehy authorized, t'or and on behelf ofthe Compa�r, ta de]egate in wrltlng m any other ofticer aFthe
Company the aathori�y m execute, for and ou 6ehalf of the Company, under the Campany's seal or otherwlse. such Wrltten Commit�ne�ts oFthe Company as arespedt3ed ln s�ch
wrlttendelegition, wMch specillcativn may 6e by general rype or class of Wrl[cen Commir�nenls or byspec�Ilcadon of onearmore particular Written Canmitments,
(5� 7'hesf�ature ofany ot8cer or oiher person exewtlngany WdCten Commitment orappaintment ordelegatlon pursuant ta this ResoluHon, andthesealof the Company. may he.aft3xed 6y
Facslmlle on such WrittenCommttmentoe written appofnunentoe delegadaa
FllRTHBR R6SOLY�D, that Ihe foregolrsg Resaiut�un shall not 6e deemed tn he an exr]usive stateme�taf fihe powers and authority of officers, employecs and other pelsonsm ac[ for and on bebalFaF
the Campany, aadsuch Resolution shall notllmEt or osherx�lse aN"ee¢ the exercise nFany such power or �uthurtty othenvise validiy granted or vested "
I, Dawn M. Ghlaros, AssistantSecretary df F�I]�RAL ]NSIfRANCB COM['ANY. VIGII,ANT 1NSURAHCB COMPANY. and PACIFIC INI)RIv1NlTY CAMPANY (the "Companies") do hereby
certiFy [hat
(!) the f4regoing Resolutions adopted by the Bnard af Dlrectors oFthe Companies are true, carrec[ and in fulf Force and etFecG
(ii) the faregoing Power of Attomey is true, enra'ect and in full Foree and eFfect.
Given under my hand and seals of said Companiesat Whirehnuse Stadon. P[l, this
'�a" i
l7ti+�n 41. C,hlr�r��. A�sist�nt 5cr.rcl.a
IN TI-18-�6VEN'PYOII WI5H TO VSRIFYTHE A[T1'kl�1TICi"!'YOFTHIS B4TiD �RN�TIFY [ES DFANY OTHSR MATTER. PLBRSE CAN3'ACTUS AT:
Tele honeS9�i9fl3•3493 Faxf908)9D3•3656 e-mail: sure �chubh.00m
� 9th day of May 2022.
[�JL]��-""-�. �
F�fY ViG-PI (iev. 0&16}
00 43 37
VENDOR COMPLiANCE TO STATE LAW
Page 1 of i
S�CYION fl0 43 3i
VENDOR COMPLIANCE TO STATE LAW NON RESI�ENT BI�DER
7exas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
p�ovides that, in arder to be awarded a contract as low bidder, nonresident bidders (out-of-state eontractors
whose corporate affices or principal place of business are outside the St�te of Texas} bid prajects for
canstruction, improvements, supplies or ser�ices in Texas at an amount lower than the lowest Texas resident
bid�er by the same amount that a Texas resident bidder would be required to und�rbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal placa of business is located.
The appropriate blanks in S�ction A must be filled out by ai{ nonresident bidders in order for your bid to meet
specifications. The failure of nanresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our princi�al place of business,
are required to be percent lawer than resident bidders by State Law. A copy of the
statute is atkached.
Nonresident bidders in the State of , our principal place af business,
are not required to underbid resident bidders.
B. The principal place af busine our com�any or our parent company or majorify owner is
in the State of Texa �
�I���Fi: Woody Contractors, Inc.
650 Tow�r Dr
Kennedale, TX 76060
By: Tray Woor� " -'
, " ($�5�fe)
Title: President
`� �
Date: � ` � y � .�
END OF SECTION
CITY OF FORT WORTH CITYUUEDE &TQRM ORAI.N IMPROVEMENTS
STANDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS CiTY PROJECT N0. 106092
Revised 9/30/2027
00�511-1
BIDDERS PREQUAI.IFICATIOIVS
Page 1 of 3
2
8
9
10
I1
12
13
14
IS
I6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4I
42
43
44
4S
46
47
48
44
SECTION 00 45 11
�IDDER� PREQUALIFICATIONS
1, Summary. ABidder or their designated subcontractors arerequired ta �e prequalif�ed or
have appGed for prequalification by the Cily for the work types requiring prequali�cation
prior to submitting bids. To be considered for award ofcontractthe Bidder must submit
Section 00 45 12, PREQUALIFICATIQN STATEMENT for the work rype(s) listed with
their Bid. Any contractor or subconlractorwho is nat prequalif'ied for the woric type(s) Iisted
�nust suhmit Sectian 00 45 13, PREQUALIFICATION APPLICATION in accordance with
the requirements below. �he information mttst b� submitted seven (7) days prior to the
date of the o��ning u� �ids. Subcontractors m�asi fo�low tha same timelines as cor�tracto�s
for obta�ing prequaIif'icatian re�iew. Bidders or Subcontractors who are not prec�ualif'ied at
the time bids are npened and re�iewed may cause the bid ta be rejected.
The prequalification process will establish a bid limit based on a technical evaluation and
�inancial analysis oftne contractor. For example, a contractorwishing to submit bids on
projects to be opened on the 7th of ApriI must %le the infarmation by the 31 st day of March
in order to eligibls to work on t�ese projects. In orderto facilitate the approval of a Bidder's
Frequaiification Application, the following m�st accomp�ny the sUhmissio.n.
a. A complete set of audiied or ravi�wed �nancial statements.
(1} Classified Baiance Sheet
(2} Income Statement
(3) Statement of Cash Flows
(4) State�nent of Retained Ea.rni�tgs
(S) Nates to the Financial Statements, if any
b. A certified copy of the firm's organizational documents (Corporate Charter, Articl�es
of Tncorparation, Articles of Organizatian, Certificate o�Formatian, LLC
Regulations, and Certificafe of Limited Partnership Agreement}.
c. A completsd Bidder Frequalif'ication Application,
( i) The firm's Texas Ta�tpayer ldentification Number as issued by the T�xas
Comptral�er af PuUlic Accounts. Ta obtain a Texas T�payer ldentification
nUmber visi� the Texas Comptroller of Public Accounts online at the
�ollawing web address www.window.state.tx.�as/tax rt� init/ and fill out the
application tQ apply far yaur Texas t� YD.
(2} The irrm's e-mail address and fax number.
(3} The firm's DUNS number as issued by Dun & Bradstreet. This number
i� usec� by the City far required re�orting on Federal Aid projects. The DUNS
number may be obtained at www.dnb.com,
d. Resumes reflecting the construction experiet�ce of the principles of the %rm far firms
submitting their initial prequalification. These resume� should include the size and
scope of the work perfonned.
e, Other information as requested by the City.
�. Prequalification Requirem�nts
a. Financial Statements. Financial statament submission must be provided in
accar�iance with t13e following:
(1) The City reyuires that the Qriginal Financial Statement or a ceriif'ied copy
be submitted for consid�ratian,
CITY OF FQRT VIIORTH
STANDARD CON3TItUC1"TON SPEC�'ICATION DDCUMEN'iS
Revised August 13, 2U2i
CT'f'YWIDE STORM DRAIN IivIFROVEMENTS
CITY PROJECT NO, ] QU�92
004511-2
BIDi7�RS PR�QUALIFICA7'[ONS
P�e2of3
1 (2) Ta be satisfactoiy, the fina.ncial statements �nustbe audited or i�eviewed
2 by an independent, certified �auhlic accaunting fu'm registered and in
3 good standing in any state. Current Texas statUes alsa requue that
4 accounting firms p�rforming audits or reviews on busir�ess entities withu�
5 ihe State of Texas be properly licensed or registe��ed with the Texas State
6 Board of Public Accour�tancy.
7 (3) The accounting firm should state in the audit repart or review whether
8 the contractor is an individua[, carporation, oe limited liability company.
9 {4) Financial Statements naust be presented in U.S. dolla�•s at t��e cuerent rate
10 of exchang� of tihe Balance SI�eet date.
11 {5} The City wi[I not recognize a�iy certiiied publie accountant as
12 independent who is no�, in fact, independen�.
13 (6} The accountant's opinion on the financial statemen�s of the cont�-acting
14 campany should state that the audit or review has been conducted in
1S accordance with auditing standards generally accepted in the United
16 Staies of Arnerica. This must be stated in the accounting %rm's opinian.
17 It should: (1) �xpress an unqualified opinion, a�• {2) express a qualifed
18 opinion on the statements taken as a whole.
19 (7) The City reserves the righl to t•equire a new statement at any time.
2p ($) The financial statement must be prepared as of the ]ast day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragz•aph 1.
23 {9) 'The City will deterrnine � contraetor's bidding capacity for the purposes
24 of awardirtg contracts. Bidding capacity is determined by multiplying the
25 positive net warlcir�g capital (warlting capital= current assets— cument
26 liabilities) by a factor o.f 10. Only those statements i-eilecting a posixive
27 net warking capital positian wili be coi�tsidered satisfactory %r
28 prequalification purposes.
29 (10) In the case that a bidding date fa1�s within the time a new financial
30 stateinent is being prepared, the pr•eviaus statement shalibe updated with
3I pcoper verification.
32 b. Bidder Prequalificatiora Application. ABidder Pr�qualification Applieation must be
33 submrtted along with audited or i•eviewed iinancial statements by %rms wishing to be
34 eligible to 6id on all classes of construction and maintenance projects. Incamplete
35 Applications will he rejeci�d.
36 (1) In ihose schedules wlZere t�eare is nothing to report, the n�tation af
37 "Nane" or "N/A" should 6e iniserted.
38 (2) A mini�num af five (S) references af related work must 6e prnvided.
34 (3) Submission af an equipment schedule which indicates equipment under
40 the control of the Contractor and which �s related to the type of wark far
41 which the Contactor is seeking prequalif'ication. The schedule must
�42 include the manufacturer, modei and genef•aI common deseription of
43 each piece of equipment. Abbreviatians or means of describing
44 equipment other than provided abo�e will not ba accepted.
45
46 3. Fligibility for Award of Contract
47 a. The City shall be the soIe judge as to a contt�actoi•'s prequalification.
48 b. 'I'Y�e City may reject, suspend, or modify any prequalification for failure by the
�9 contractor to demonstt�ate acceptable financial a6ility or perfarmat2ce.
50 c. The City will issue a lette�• as to the status ofthe prequalif'icatlon approval.
CITY OP FORT WpRTH CITYWID� STORM bRAIN iMPRD1i�MENTS
STANpARD CONSTRUGTION SPCCIFICATCOIV I]OCUMEN'PS C�TY PROJECT [V(?, 1DOD92
Revised August 13, 2021
004511 -3
SIDI7�RS PR�Qi.]ALII'ICATIONS
Paga 3 of 3
d. If a cnntractar has a �al�d prequalification letter, the contractor will be eligible to
p�rforrr� ihe prequalif�ed worlc types until the expiration date stated in f.he lettet•.
4
IND Ok' �ECTION
C1TY OF FOR'I' WORTH C3TYWIDE STORM DRAIN IMt?ROVEM�NTS
STA%fD.F.RL) CONSTRUCTION SPECIFICA'I'lOIV UOCUMENTS CI"IY PR07ECT NO. 100092
Revised FlugusC l3, 2D21
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 7
S�C�1DA6 00 �� 12
PREQUALIFfCATION STATEMENT
�ach Bidcler for a City procur�ment is required to complete the information below by identifying the prequalified
contractors andlor subcontractors whom they intend to utilize for the major work fype(s) list�d.
Major Work iype Contractorl5ubcontractor Company Name Prequslification
Expiration �ate
Sewer fmpra�ements (Sanitary VVoody Contractars, Inc. 4130I2023
& 5tormwaker)
Water Impro�ements (Potable) Woody Contrac#ors, Inc. 4/30/2023
Asphalt Paving
ConstructionlReconstruction Texas Material Group, Inc. dba JLB Conkracting, LLC 12/31/2022
(Les�s than 10,000 SY)
Concrete Paving
Construct9onlRecanstruction 5tabile & Winn, Inc. 1 213 1 12 02 2
{Less than 1 D,Q00 5Y)
NIA
NIA
NIA
NIA
Tt�e undersignad hereby ce�iifies thak the contractars andlor subcontractors described in the table above are
currently prequalified for the work types listed.
�I�DER:
o jj�oody l.�n�`rac�vis, �i(1t .
o i,S� Tow� ��
� �L.P�rleo�ale � "tX �(v0�b
0
By: ry � �
-.�,-�e' _
� " " �'[Signature) `
Title: 0 �fGS��er1 `�
D�te: �� - �q � � �
CITY OF FORT WORTH
STANDARD CONSTRllCTIDN SPECIFICATION DOCUfUIENTS
Revised 09130l2021
�N� O� 5EC F IOiV
CITYWIDE STORM DRAIN IMPROVEMENTS
CITY PROJECT NO. 100092
OD 45 26 - i
CONTRAC70R COMPtIANCE WiTH WORK�R'S CQMPEN5A710N LAW
Page 1 of 1
�
S�C�'ION 00 45 26
CQNTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
4 Pursuant to Texas Labar Code 5ection 406.096{a}, as ainended, Contractor certifies that it
S provides worker's compensation insurance coverage for all of its employees emplayed on CiLy
6 Projeet No. 100092 . Cantractor further certifies that, pursuant to Texas Labar Code,
7 Section 406.096(b), as amended, it will p�rovide to C.ity its subcantractor's eertificates of
S campliai7ee with worker's compensation covera�e.
9
10 CONTRACT�R:
11 � ti
12 oa [�^"��c ��''� � �. . By: iro in�oo
13 Company ( lease Print)
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3I
32
Address
l�SO �w�+I ��f
�.�. � l 'fk Go� o
CitylStatefZip
THE STATE OF TBXAS
COUNTY OF TARRANT
0
�
=i -
Signature: .
Tiile: �r.<_5� ��r'�"
(Please Print}
BEFORE ME, the undersigned authority, on this day personally appeared
, known fo me #o be the person whase name
�s subscribe ta the fore oing instrum�nt, and acknowledged to me ihat helshe �xecuted
the same as the act and deed of -' � for the
purposes and cansideratian therein expres ed anci in the capacity therein stated.
33
3� GIV�N UNDER MY HAND AND S�AL OF OFFICE this :�� _day of
35 K , Z�.
3 b �,� „U �.uz a �av��.o
3 i ra`�'., ...,�`�o Notb�ry Public, 8GdS8 of T�x�e ` l�/
3 8 ° ", R7y Gvmmisn'snn �x��rs� .
�„�, �,� A�Srril 2p, ZQ23
3g �;r;ow6� . �q�e�nr �� ��eooa�oA Natary ub c i and for the Staie of Texas
46
41
42
�IdD O� S�CiION
C1TY OP FORT WORTH
S'1'ANDARD C.ONSTRUCTION SPECIPICATIOi�] DpCUtvfEt�fTS
Revised ]ui� 1, �011
CI7'YVVIDE STORivf ORA1N IMPROVEMEA]T5
CITY FROJECl' NO. I Oa092
00454D- 1
pusiness Ec�uiEy C,oal
Page 1 of 2
� SECTION 00 4� 40
2 Business Equity Goa1
3
4 APPLICATION OF POLICY
S If the total do]lar value of the contract is $100,000 ar more, then a Business Equity gaal is appiica6le.
G A Business Equity Firm refers to certified Minority-x $nd/or Wamen-, owned Busineas Enterprises
� (nvw$Eg).
9 POLICY STAT�MENT
10 Tf is the policy of the City of Foi�t Warth to ensure the ful] and equitable participatioj� af Business Equity
L l Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated 'tn the City's Business Equity Ordinance No.251b5-1 D-2021, (re�lacing Ordina�ce Na. 2453A�-i 1-
13 2020 {codified at: https:/�codetibra�amle,�al.co�lLcodesl7�wortt�llates#Imaorth �siU-0-fl-22S93� apply ta
14 this bid.
1S
l 6 BUSINESS E UITY PROJECT GOAL
17 The City's Business Equity goal on this pcoject is 13 % of the total bid value af the cont�•act (13ase bid
I 8 applies tQ Parks and Comr�aunity Services).
19
20 METHODS TO COMPLY WITH TAE GOAL
2l On City contracts where a Business Equity Goal is applied, offerars are requir�d ta camply with the Ciiy's
22 Business Equity Drdinance by meeting or exceeding the above stated goal or otherwise compiy with the
23 ordinance thraugh ot�e of the following methods: 1. Commereially useful services performed by a
24 Business Equify prime contractor, �. Business Equity subcontractin� participation, 3. Cambination
25 of Business Equ`rty prime services and Business Equity subcontracting participaiion, 4. Business
26 Equity Joint VenturelMenfor-Proteg� participation, �. Good Faith Effort doeamentateot�, or G.
27 Prime eontractar Waiver documentation.
28
29 �iTEM�'I'TAL OF RE UIRED DOCUMENTATION
3fl Applicable documents (]isted below) must be ceceived by the Purchasing Division, OR the offerot' shall
31 EMAIL the Business Equity documentation to the assigned City of Fort `hlorth Project Manager oc
32 Depaz'�ment Designee. Documents are to be received no later than 2:0� p.m., on the third City
33 business day after the bid opening date, exclusive of the bid openitng d�tc.
34
35
3G
37
38
39
40
41
42
43
The Offerax• must submit one or mare af the fallowiiig documents:
S. Utilization Form and Le#ter(s) of Intent, if the goal is met or exceeded;
2,. Good Faith Effort �orrn and IItilization Form, including supporting documentation, if
parEicipation is less than staied goal, ar no Business Eqnity paiticipation is accomplished;
3, Prime Contractor Waiver Form, including sup.porting dacumentation, if the Offeror will perform
all subcontr•acting/supplier oppo��unities; or
4. Jaint VenturelMentor-Praf�ge Fo��n, if goal is met or exceeded with a Joint Venture or Mentoj•-
Pxotege partic�pation.
44 Thes.e forms ca� be found at:
45 Business Equity Ut�lization Fot•m and Letter af Inten.t
46 https:l/a�gs.tortwottl�t�ztas.�av'I'rojac .tResourc�s�Resourcz ;Pi6U - MWBE/Bu�i�e�� Eauitv iltili� �tior
47 Form DVIN 20�2 22Q324:Fdi
48
49
CITY OP PORT WORTI-I CIT'YWIIIE STORM DRAIN IMYROVEMENI'S
STA]VDAR:� CONSTRLJCTION SPCC'{FIGATIpN DOCUMENTS CITY PRQdECT N�. I OOfl92
Revised Qccobcr 2?, 202 ]
004540-2
Busineas �quity Gaal
Page 2 of 2
1 Letter of Intent
2 https:l/ap�s.fortworthtexas.govJPro'ectResources/ResaurcesP/60 - MWBEILetter oiIntent DVIN
3 20zi.�af
4
5 Business Equity Good Faith Effort Form
G https:l/apps.fortworthiex_a�.��vlProjectResources/ResourcesP/b0 � MINBE/Good Faith Efforc
7 F`ormoDVTN 2022.pdf
$ --
9 Business Equlty Prime Cont�•actor Wa.i�er Po�m
1p htt s:lla s.fflrtworthtexas. ov/l'ro'ectResaurc�s/RasourcesY/60 - MVb'BE/MWBE Prime Cantractor
11 Waiver-22„03�3,,pdf
12
13
14
15
16
l7
i8
I9
20
21
22
23
24
25
26
27
28
29
30
31
Busin�ss Equity Joint Venture Porm
k�tt s:lla s.fortworthtexas, ov/Pro�ectResourceslResourcesP/60 - MWB�,/MWBE Joint
Venture 220225,pdf
FAILLTRE TO ACHIEV� THE GOAL OR OTHERWISE COMPLY WITH'1`H� ORDINANC� WILL,
R�SUI,T IN TH� BIDDER/OFFEROR B�ING DECLARED NON-RESPONSIVE AND THE BID
REJECT�D.
FA��URE TO SUBIVIIT THE REQUIRED BUSINE�S EQUTY DOCUMENTATION OR OTHERWISE
C�MPLY WITH THE ORDINANCE WILI., RESULT IN THE BID S�I1VG DECLARED NON-
RESPONSIV� THE BID REJECTED AND MAY SUB.FECT TA� 131DDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC, 20-373 ��' TH� ORDINANCE,
For Questions, Pleass Co�taci The Business Eqqity Division of the Departanent of Diversity and
Inclnsion at (817) 392-26'�4.
END O�' SECTION
C1TY OF FORT 1NORTI-I Cr['1'WIDE 8'I'ORM �RAIN IMPItOVEI�EiQTS
STA�f�ARD CONSTRUCTION SPECIFICAT[ON DQCUIvt�NT5 C1TY PItO.lEC'f 1+10. ]Qn092
Revised Octaber 27, 2021
OD5243-1
Agr�em�:nt
Page I of 6
S�C�IDN 00 �� 43
AGR�EMENT
THIS AGRE�M�NT, authoeized on 06/28/2022 , is made by and hetween the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Wood Contraciors Inc.
authorized ta do business in Texas, acting by and tltrough its duly aufharized �•epresentative,
("Contractor"). City and Cantractor may jointly be t•efei•red to as Pat�ties.
City and CQniractot', in consideration of the mutuai cavenat�ts hereinafter set forth, agree as
follaws:
Artieie 1. WORK
Cant�actor s.hall complete aIl Work as specified or indicated in the Contract Documents for th�
Project identified herein.
Article 2. PRDJECT
The project for v�rhich the Work undet• the Contract Documents may be the whole or only a part is
generaIIy described as fnllows:
CITYWIDE �TORM DRAIN IIVIPROVEMENTS
Cit Pi•�'ect Number 100092
Article 3. CONTRACT PRICE
City �grees to pay C4ntractor for performance of the,Woi'lc in accordance with the Contract
Documents an amount, in current funds, of Not to E�ceed Two Millian and 001100 Dollars
($�,000,000.001 for initial term and Not Ta Excee.d Two Million and 00/100 Dollars
($2,000,€i00.001 for each option to renew.
Article 4. CONTRACT TXME
4.1
4.2
Final Acceptance.
The Work shall be complete for Final Acceptance withzn 730 days after the date when the
Coni��act Time commences to eun, as pr�vided in Paragraph 2.02 of the General Canditions,
pIus any extension thereof alIowed in accardance with Ai�ticle 12 of the General
Conditions.
Liquidated Damages
Contractor recognizes that time is of the essence for campletion ofMilestones, if any, arid
to achi�ve Final Acceptance of the Work and City and the public will suffer fi'om loss of
use if the Wark is not completed within the time{s) specified in Pa�agrapt� 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved irz proving in a
1�gaI praceeding, the actual Iass suffered by the Cify if the Work is not campleted o.n
titne. Accordingly, instead of requiring any such proof, Contractor .agrees that as
liquic�ated damages for delay (but not as a penal�y}, Cor�tz'actor shall pay City Three
Hnnd.red Seventv-Five and �UI1Q0 Dollars f$375.00} for each day that e�pires after the
time speeifie� in Paragraph 4.1 fa�• Final Acceptance until the City issues the Final Letter
of Acceptance.
C1TY OF FORT WQATH CI'fYWIDE STOAM DRAIN Ii�iPROVEME3YTS
ST.43�IDARI] CO�I3T12UCTIpN SPECIF[CA'I'IqN I]OCiIMEhTTS C1TY PROJECT Np. 100D92
Ite�ised 11l23/202E
ao sz a3 - z
Agreement
Page 2 of fi
Articie S. CONTRACT DQCUM�NTS
5.1 CONTENTS:
A, The Conti•act Documents which comprise the entire agreement
Con�ractor concerning the Work cn.nsist of the following:
I , This Agi-eement.
2. Attachments to this Agreemen#;
a. Bid Form
I) Proposal Form
2} Vendor Camplia�►ce to State Law Non-Resident Bidder
3} Prequaiification Stateinent
4) State and Fed�ral documents (project specifcc}
b. Current Prevailing Wage Rate Table
a. Insurance ACORD �'o.�'m(s)
3.
4.
6.
7.
8.
6etween City and
d. Payinent Bond
e. Performance Bond
f. Maintenance Band
g. Powe►• of Attorney for the Bonds
h, Workea�'s Compensation Affidavit
i. IVIBE and/pr SBE Utilization Farm
General Conditions,
Supplementaiy Conditio�ns.
Speciiicat[ons speci�cally made a part of the Contraet lloc�ments by attaehment
o�', �f not attached, as inco�•paratad by reference and desct•ibed in the Table of
Cc�ntents of the Pinject's Contract Documents.
Drawings.
A ddenda.
Documentation submittecf by Contractor p�•ior to Notice of Award.
The following which may be delivered or issued after the Effective Date of the
Agreernent and, if issued, become an incorporated pat�t of the Contt�act Documents:
a. Notice to Proceed.
b. Field Orders.
c. Chang� Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICAT�ON
�..� Contractor cov�nants and agrees to indemnify, hold harmless and defend, at 'rts a'nv�n
expense, the city, its officers, se�-vanEs and employees, frptu and against Any and all
claims arising out of, or aUeged to arise out of, the work and services to be performed
by the contractor, its officers, agents, eznplayees, su6contractors, licenses or invitees
under this contract. This indemnificalaon Arovision is speeif"ically i�tended to operate
and be effective even if it is alle�ed or proven that all or some of t%e dannages bein�
sou�ht were caused, in whole or in uart, bv any act, omission or ne�ligence of the citv.
This indemniiy provision is intended to include, without limitation, indemnity for
costs, e�penses and legal fees incurred by the city in defending against such claims and
causes of actians.
CITY OF FpRT WORTH CTTYWID� $TORivI DRAIN IMPROVL'sMENT5
STANDIIRD CONSTRUCTION SP�CIFICATI0IV DOCUM6NT5 CT`I"Y PRO.TT'CT NO. 100p92
Revised Il/23/202]
005243-3
Agreement
Page 3 pf G
6.2 Cantractor covenants and agrees to indemnify and hold harmless, at its own expe�nse,
the city, its officers, servanfs and emplayees, fram and against any and all loss, damage
or destruction of property of the city, �rising out of, or alleged to arise ouE of, the wvork
�nd services to be gerformed by fhe coritractor, its nfficers, agents, ezt�ployees,
subcontractors, licensees otr invitees under this contract. This indemnifca#ion
pravision is specificall� inEended to operate and be effecti�e even if it is alle�ed or
pro�en that aI[ or sarne of the dama�es bein� sought were caused. in wltole o�� in Dart,
k�v any act. omission or ne�li�ence of the cit�V.
Article 7. MI�CELLANE�US
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conciitions will
have the meanings indicated in the General Conditions.
7.2 Assign�nent of Contract.
This Agreement, including alI of the Contract Documents may not be assigned by the
Contractor withaut the advanced exp�•ess written consent af the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its parinars, suecessors, assigns and le�al
representatives ta the othez' parky hereto, in respect to all covenants, agreements and
obligations contained in t�e Cantract Documents.
7.4 Severability/Non-Waiver of CIaims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceabie by a court of campetent jurisdiction shall be de�med stricicen, and all
remaining pravisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Gonn•actoc ta ir�sist upon the perfoi•mance oi any term or provision of
this Agreement o� to axarcise any right geanted hecein shall not canstitute a waiver of City's
or Contractn�•'s resp�ctive right to insist upon appropriate perfarmance or to assert any such
�•iglit on any future occasi4n.
7.5 Governing Law and Venue.
This Agceement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant Caunty, Texas, or the United States District Cpurt fot- the
Northern District �f Texas, Fart W'oith Division.
7.6 Authority to 5ign.
Contractor s�all attach evidence of authority io sign Agreement if signed by someone other
than the duly authorized signatory of fhe Contractor.
7.7 Non-appropriation af F�nds.
In �l�e event na fi�nds or insuffcient funds are app��opriated by City in any fiscaI period for
any payments due hereunder, City will notify Vendaj� of such occurrence and this
Agreerrient shall te�mi.nate on the last day of the fiscal period far which appropriations were
received without penalty or expense to City of az�y kind whatsoeve�•, except as to the
portions af the payments herein agreed upan for which funds have been approp�•iated.
C1TY OF FORT WORTH CI"I'YWIDE STORM bRAIN [Ivil'ROVE[4�NT5
STANiDARD CON3TRUCTION SPECIFICATfON DOCFIIi�fENTS CITY PR03�CT NO. ] 00692
Revised l I/2312021
OQ5243-4
Agreemenf
Page 4 of5
7.$ Pz-ohibition On Contracts VJith Companies Baycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in acco�•dance witia Chapter 2271 af
tl-►e Texas Goveriunent Code, if Contracfoa' has 1� or mot•e fitll time-employees and tl�e
cont�•act value is $ l�0,000 or mare, the City is prohibited fi•om entering into a cant�•act with
a company for goods or services unless the contract contains a written verification fi•om the
company that it: (1) does not Uoycott Israei; and (2} will not boycott Israel during the tet7n
of the contt•act. The teims "bayeott Israel" and "cainpany" shall have the meanings
ascri.bed to those terms in Section 808.001 ofthe Texas Government Code. By signing this
contract, Contractor certi�es that Contractor's signature provides written
verification to the City that if Cl�apter 2�71, Texas Government Code applies,
Contractor: (1) does oot boycott Israel; and (2) rvill not baycott Israel during the term
of the contrRct.
7.9 P�-ohibition on Boycotting Energy Companies.
Contractor acknowledges that tn accordance with Chapter 2274 of the Texas Gp��i•ntrzent
Cade-(as addad by Acts 2021, 87th Leg., R.S., S.B. I3, § 2), the City is prohibited ii•om
entering inYo a contract for goods or services that has a vatue af $100,OOQ or more, which
will be paid wholly ar partly from puhlic funds of the Cfty, vaith a coinpany {with 10 or
tnore fulI-time employees) unless the cantract contains a written ver[�catinn from the
company that it: {I) does �iot boyeott energy companies; and (2} will not boycott energy
companies during the term of the contract. The terms "boycott energy company" and
"campany" have the meaning ascribed to those terms by Chapter 2274 of the Texas
Gc�vernmenl; Code (as added by Acts 2021, 87fh Leg., R.S., S.B. 13, § 2), To the eztent
that Chapter 2�q4 of the Government Code is ap�lieable to this Agreement, by
signing t1�is Agreement, Contractor certifes t�at ContR•actor's signature pro�ides
written verit"ication to the City that Contractor: (1) cloes not boycoli energy
companies; and (2) vvill not boyc�tt energy cornpanies during the tex-m of this
Agreement.
7. I O Prohibition on Disc�•imination Against �`irearm and Ammunition Industries.
Contractof• ackn.owledges that except as othe.rwise p�•ovided by Chapter 2274 of the Texas
Goveriunent Code (as added by Acts 2021, 87tF� Leg., R.S., S.B. 19, � 1}, tl�e City is
prohabited fi�om entering into a contract for goods ar se��+ices that has a val�e of $100,000
ot• moee which will be paid wholly or pai�t[y from pu6lic funds o�'the City, with a company
{with 10 or more full-time employees) unless the contract cantains a wr�tten verification
fi•om the company Yhat it: { l) does not have a pi•actice, �aolicy, guidance, oi- directi�e that
discriminates against a firearm entity or firearm trade association; and (2) will not
discriminaie d�ring the term of the cont�•act against a firearm entity or freaim trade
association. The te�'ms "discriminate," "firearm entity" and "fu•eartn trade association"
have the meaning ascribed to those teims by Cl�apter 2274 of the Texas Gnvertunent Code
(as added by Acts 2021, 87th Leg., R.S., S.B. 19, §[). To the extent that Chapter 22�4
of khe Governmenf Code is applicable to this Agreernea#, by signing this Agreement,
Contractor certi�es that Contraetor's sign�ture provides written veriiicafion to the
City that Cantrattor: (1) daes not h�ve a practice, polic�, guidance, or direcEive that
discriminates againsY a firearm entity or �rearm trade assaciatio�; and (�) will not
discri�ninate against a firearm entity or firearm trade association du�rzng the term of
this Agreement.
CTTY bT FORT WORTH CI'F'YWIDE STORM ]JRAIN IMPR{]V�MENTS
STANDARD CpNSTRLICTION SPECIFICAT1aN DOCUMENTS CITY PR07ECT NO. I.00092
Revisad I 1123/2Q21
aasza3-s
Agreernent
Page 5 af6
7.1.1 Immi�raiion Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who
parform work under this Agreement, including eompleting the Employment Eligibility
Verification Fot7n (I-9). Upon ��aquesk by City, Contcactor shall p�'ovide City witk� capies of
alf I-9 forms and su�aporting eligibiiity document-ation for each employee wha p�:rfarms
work under this Agreement. Contractor sha11 adhere to all Federal a:r�d State laws as well as
establish appropriate procedures and controls sa that no services will be pa��orrned by any
Contractor employee who is nat legally eligibie to perfarm such services.
CONTRACTOR SHALL INDENINIFY CITY AND HOLD C�TY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR L�SSES DTIE TO VIOLATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACT4R'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City., upon written notice to
Contractar, shall have tlie right to immediately terminate this Agreament for violations of
this pravision by Con#�•actar.
7.12 Na Third-Party Beneficiaries.
This Agreement gives no rights nr benefits to anyone Qther than the City and t�e Cont� actor
and there are no third-party beneficiaries.
7.13 No Cause of Actian Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on fhe PROJECT or their
sureties, shall niaintain no direct action against the Engineer, its offcers, employees, and
subcontraetors, for any claim arising o�t of, in. conn�ctzon with, or resulting from the
engineering seivices periaimed. Only tbe City will be the beneficia�y of any undertaking by
the Engineer. The presence or duties of the Engineer's perso�utel at a construction site,
whether as on-site repr�sentatives or otherwise, da not make the �ngineer or its persoiutel
in any way t•esponsib]e for those duties that 4�elong to the City and/or the City's const��uction
contractars or other entities, and do nat relieve the constt-uction contracto�s or any other
entity of their abligafions, duties, and responsibilities, including, but not limited to, aIl
construction mett�ods, means, techniques, sequences, and procedures aecessary %r
coordinating and completing all portions of the construction w4rk in accordance with ihe
Contract Doeu:ments and any health or safety precautions required 6y such cnns�t•uction
�vork. Th� Engineei• and its personnel have no authoi•iry to exercise any cantrol over any
construction contracto�• or other entity or their employees in connection with thei�• work or
any 1'�ealth ar safety precautions.
CITY OF F012T WOIt'I'H CITYWIll� STURM �RAIN IMPROVEMENTS
STANDARD CONSTRUC`ITON SF'EGIFICATION DDCLTMENTS CITY PROJ�CI' NO. 100092
Revised 11/23/2021
00 52 43 -6
Agreement
Page 6 of6
fN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be
effective as of the date subscribed by the City's designated Assistant City Manager ("Effective
Date").
Contractor:
By:
Tr~ul 8,2022 H:06CD0
Signature
Troy Woody
(Printed Name)
PRESIDENT
Title
650 TOWER DR.
Address
KENNEDALE,TEXAS,76060
City/State/Zip
Jul8,2022
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 11/23/2021
City of Fort Wo1th
By:
Dana Burghdoff
Assistant City Manager
Date
Attest:
, 7a111ette S {jpol(att
Jannette S. Goodall {Jul 26, 2022 07:56 CDT)
Jul 25, 2022
Jannette Goodall, City Secretary
(Seal)
M&C: 22-0524
Date: 06/28/2022
Form 1295 No.: 2022-892750
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
?l(~w£_
Michael Wellbaum, PE
Project Manager
Approved as to Form and Legality:
'it!Ui
OBlack (JUI 25, 202218:11 COT)
Douglas W . Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
William Johnson , Director
Transportation & Public Works Depa1tment
CITYWIDE STO
, .: * .·· .· "
~_.,{;·/'
.. .-.>f;~,·~
"'••·''
046f l3-I
PERFOi�MANCE BOI�D
Png� I of3
i
2
3
4
5
6
�
S
9
10
1!
12
13
14
15
16
s�c�i�� oo �� �a
P�RFURMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
'I'hat w�, V'loody Contrac[ors, Tnc.
Sond No.K40201919
�
§ KNQW ALL SY THE�� pRESENTS:
§
knowir as
"Principal" herein snd Vigilant insurance Campany ,_,,.... „_....... - , a corpvrate
surety(sureties, if mare tlian one) duiy auf.horized ta do business itt the Stat� of Texas, known as
"Surety" herain (whet�er one ar more), ate held and tirmly bound unto the City af Fort'Vkrorth, �
�nunicipal cocparation crrsatad pursuant to the laws of Texas, known as `°City" herein, in �he penal
sum of Two Millia� Dollars ($2.000.000.00) far the i�itial tarm and �vo �laillion Dollars
($�,DOO,OUO,Oa) for any optional renewal terms, lawful fnaney vf the United States, to be paid in
Fort Wotth, Tarrant County, Texas for the paymen� of which sunn. we�ll and truly Eo be marle, we
bind ourselves, o�r heirs, executors, adm�n�strators, successars and assigns, jaintly and ser+erally,
firmly iay t�ese presents.
17 WIiEREAS, �he Pri�cipal has enier�d into a cerkain written cnntract with the City
�S awarded the 28 day of JUNE . 202� which Contract is hereby re%rred to and
I9 inade a part hereof for ali purposes as if fully set fvrth herein, to furnish ail materials, 8qnipment
20 labar and other accessories defined by law, in tlie prosecutian of the Worlc, including any Change
2I Orders, as provided for tn sai� Contract designated as CITYWIDE STORM DRAIN
22 IMPROVEMENTS, C'tty Projecf Number 100092
23 I�iOW, THEREFORE, tha condition of this obligation is such that ii the said Principal
24 shall faithfully p�r#'orm it obligatians under the Coiytract and shall in all respects duiy and
�S faithfully perform the Wark, inciuding Clia��ge Ordars, uader ihs Contraat, according to the plaz�s,
26 specifi�ations, and contraet documents therein referred to, and as v�reIl during a�y pef•iod of
27 extension of the Conteact that xnay ba g�•anted o� the part of �e City, then this obligation shall i�e
28 and beconxe nall and vnid, oC�ervvise to remain in fuli farca a�►d �if'�nt.
29 PiZOVIDED FURT�R, tt�at if any fegaf actiop be �iled Qu this Boi�d, venue sha�! lie i�
30 Tarrant County, Texas or the United States District Court far ths Northern Distrzct af Tezcas, �ort
3 I V1�orCh Division.
CITY O� FORT WORTH c�rvwr�� sroxt� nnnnv iMp�av�M�rr�rs
STAN�AgD CON5i`Rl1C T'ION SP�CIFICA'TIDiV DOCUMENTS CITY PAOlSCT TIO. 1 U4092
Revised Jufy T, 20! I
0p 61 13 - 2
PERFORi�AANC� 80ND
Page 2 of 3
1 This band is made and executed in complianca with the provisious of Chapter 2253 of the
2 Texas Gavernment Cod�, as ameiided, and all lixbilities on this bo:nd shall be detez•cnined in
3 accordance with the provisions of said statue.
4 IN WITI�T�SS WHEREOk', the Principal a��d the Surety have STGNED and SEAi,ED
5 this instrument by duly authorized agents and officers on this the �� day of r�Y
6 , 20 zz
7
8
9
10
11
iz
13
14
15
16
17
18
1�
2p
21
22
23
24
ZS
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
9-2
43
�4
45
ATTEST. _ `7 �'�, ,
. . ,i
w � - �--- ��' ` � �
;'
�x1�1Clfla�� i�CP���T� ,
�,. '
.�
.. . � ,
�
Witne� Principal
PRINCIPAL:
Wondy Contractars, Inc.
-�i -
BY: � ".- �.- . . _
, - r' .�
Sig ure
Troy Waody, President
Name and Titie
Address:
650 Tower Drive
Kennedale, TX 7b060
SURET'Y:
Vigilant Insurance Campany
BY: % � ' ,
Si�ature ��� �r-C�
�;
Kyle W. 5weeney, Attorney-in-Fact
Natne and Tit1e
Address:
CIT'Y OF T�RT WpRTH CiTYWf17� STORM DRAIN IMPROVEivIEhITS
STANDARD CONS'�RUCTION SP�CiFfCATI01� DOCUM�NTS c��rY pxoJ�CTN4. iao�9z
lRevised.fu[y L,201!
ao6i ts-�
P�RFORMANCE BONb
Fago 3 of 3
�
2
3
5
6
7
S
9
10
11
12
13
I4
L / � �- � , � � �-
- �n : , :�.� . /�f .
WiEness as ta S�xrety
Charles D. Sweene
2p01 Bryan 5treet, 5uite 34aD
i5
nau�, �x �5zaz
Telephane
Namber:
214-754-0777
*Note: If sigued by an offiaer of the Surety Cvmpany, tlaere �nust be on �[e a cettified extract
frorn t�e by-laws showing that t�is persnr� has authority to sign siuch obligation. If
5arety's physical address is differenY from its fnailing address, boklt must be prav�ded.
The date of flte bond shall not 6e prior to tt�e date tha Cantract is awarded.
CITY OF FORT WORTH
STAIVDARD CaNSxRUCTI01+f SP�CTFICATION DOCI�MENTS
I�evised July 1, 201 Z
CITYWiDE STORM DRAIN IFvIPRO'V�1VIE�lTS
CITY pRQJECTi+10, f 00092
U05E 14-1
RAYM�NTBOND
Pege 1 af2
Bond No. K4Q201919
1
2
3
4
5
6
THE STATE OF TEX,r�S
COUNTY QF TARRANT
��CYI�W 00 6"! '!4
PAYMENT BOND
§
§ KNOW ALL BY THESE PR�SENTS:
§
i That we, Woody Contcactors, Inc. , kitown as
$ "Priacipal" herein, and , _ VigilantInsuranee Cumpany � �T� ^ ^ � a
9 aarparate suirety (sureties), duly authorized to c!a business in the State of Texas, known as
10 "Surety" herein (whether one or more), ai•e held and firmly bound unto the Ciiy of �ort Wor��a, a
11 xnunicipa� eQrparation created pursuant to tlie Iaws of Ehe State of Te�cas, �C�o�an as "City" herein,
12 in the peaaa.l sum af Two Millian Doltars ($�,000,000.00) for tlie i�iitial term and T�vo Millian
I3 D�llars ($�,OOtF.0�U.60) far any optianal renewal terms, iawful inaney oithe United 5tates, to ba
14 paid in F'or� Worth, Tarrant County, Texas, far the paymant of which sum weli and fir€�ly be ��ade,
lS we bind ourselves, our heirs, exeputors, administrators, successors and assigns, joi�tly and
16 s�veraliy, firmly by the�e presents:
� 7 W'HEREAS, Principa� has entei•ed into a certain writ�eti Cat�irra.et wikh City, awarded ti�e
18 28 day of JUNE . 20 22 , which Contract is hereby refe��red to and
19 made a part hereo� far all �aurposes as if fi��Iy set %rth herein, to furnish sil materials, equiprn.ent,
20 labar and other accessories as de�ned by law, in the prosecutian of the Work as pravided for in
21 said Contt�act and d�signated as CITYWIDE STORM D If�i IMPR�VEMENTS Ci Pro'ec�
22 Nu�n6er 100092.
23 NQW, THERE�ORE, TI-� COND�TI4N OF THIS OBLIGATI�N is sue� that ff
24 Prin�ipa� shall pay all �atotties owing to ar�y (atad all) payment bond baneficiary (as defined in
25 Chapter 2253 af tite Texas Government Cade, as amended) in tlte prosecutivn oi the Work under
Zb the Contract, theFi �is obligation shali be and become null and �void; atherwise to remain ia fuli
27
' 28
29
30
31
force and e�ifect.
This bond is made and executed in eompIiance with thB provisio�js of Chapter 2253 af tha
Texas Gnvernment Code, as anzen.ded., and all liabilities on t1�is band shal! �e determir�ed in
accvrda��ce with the pro�isians af said statut�.
Cli'Y DP FORT WORTH
STA1VIlARD CONfSTRUCTiON SPECIFICAi'IOIQ DOCUN1E1dTS
ltevisad JuEy I, 20I 1
GIT'YWIDE STORM DRAID! 1MPROV�M�NTS
CITY PROJECT N0. f60U42
00 61 l4 - 2
PAYMEN7 BOND
PugC 2 af 2
1 IN W�TNESS V'VHEREC]F, the Frincipal and Surety hat+e eaah SIGNED and SEALED
2 �hzs instruanent by dul�+ aufihorized agen� and offc�rs on this ihe 7� �__ day of
3 1u1Y , 2Uzz ,
4
ATTE5T; -
�/� �
,, � ;. - —_
f�(Prineipal) 5ecretary ,
,
�� �, !i
Witness as rincipa!
�- '
{//r �
�l(//I��/�//j�(.�/� ��/�I�/� �j1/��
� ' �•�+ V V� f `�i
J` /Y�� �
�1iI10S5 �5 fi0 �lll'8iy Chailes I7. Sweeney / �
C
. ,
A'� TEST: BY: " '_�..t" 1
� Signa r �
�,�A�--� 5l= �s�8�
(Sureiy) Seetetary
5
6
7
8
9
IO
li
12
P�t1NCiPAL:
Woody Gontractors, Inc.
_ ��--_ �"' _
L'Y: " .�—. ? _
rgna a•e�� ,� '
'I`rop Woady, President '
Name and Title
Address: 650 Tower Drive
Kennedale,'I'X 76060
SURETY:
Vigiiant Insurance Company
Kyle W. Sweeney, Attorney-in-Fact
Natrn� and Title
Address: znar s� st«e�, su�t� 3400
�3�H5, ��{ %$z�l
TBlephone Nutnber: �x4754-0777
Note; If signed by an of�cer of the Surety, thare mnst ba an fz[e a certified extract frvin the
bylaws showing tl�at ihis person has authvrity tv sign such a6ligation. If Surety's physica.l
address is different from its mailing address, both rnust be pravided.
Tha date of the bond shal� not �e prior to the date the Contract is award�d.
EN� OF SECT�ON
CITY OP FORT W{?RTH GITYWIDE STQRM bRAIN IMP[�0'VEM�NT�
STANDARD CpNSTRUCTION SPEC[FICATIOi�! f]dCUMENT5 CITY PKO.FECTNO, EU0092
Rcvised July l, 2011
00 61 19 -1
NIA[N7ENANC� BONl7
Puge l of4
Bon�i No. K4D201919
2
3
5
6
7
S
9
LO
11
I2
13
1�
15
1G
17
18
l9
Za
zi
22
23
24
25
26
27
28
29
30
31
32
33
34
THE STATE OF TEXAS
COUNTY UF TARRANT
5�C`ii�}EV Oq 61 '19
MAINTEi�ANGE �ONO
§
� KN�W ALL BY TFIESE PRESENTS:
§
Thxt we Wuady Contractors, Inc. , knpwn a5
"Principal" herein at�d vigilant Insur�nce Company a corparate surety
(sureties, if mare than o�e) duly autharized ta do business fn the State oFTexas, knawn as
"Surety" herain (whether ana ar inare), are held and �rmly baund unto th� City of Fort Worth, a
tnunicipa[ corporation created pursuant to the laws of the State of Texas, kna�vn as "City" herein,
in ihe sum of Two Mili�on Doll�rs ($�,UOU,(}00.00) for the i�itial tertn and Two Mi�lion Do�lars
{$Z.ODU,OOO.OQ) for any o�tional renewa� terms, Iarrrful mtsney vf the Uni�ed 5tates, to be paid in
Fart Worth, Tarrant County, Texas, far pay�nent af which sum well and truly be mtade unto the
City and its successars, we bind ourselves, aur heirs, executars, adtninistrators, snccsssors and
assigns, jointly and s�vscally, �rmly by #hese pr�se��ts.
WAEREAS, the Frinaipal h.as entered inta a certain written oo�iraat vcrith the City awarded
�he 2g aay of JUNE , 20 22 , vvhich Contract is hereby
referred to and a mada part hereaf%r ali purposes as if fully set forCh herein, io furnish alI
materials, equiprnent iabor and other accessories as definecE by law, �n the prosecutiun of the
Work, including any Wark resulting fi•om a du�y autharized CIaa.nge Order (coilectively herein,
the "Wark") as provided far in said conttaat and desig��ated as CITY'WIDE STORM DRAIN
IMPROVEMENT�, Ci ProjectNumb�r 100092; and
R+HEREAS, Principai binds itseli to use such mataria�s and to so const�•nct t�.e Wark in
accordance vvith the plans, specificatiaas and Contract Daauments that the Work is and wiil
remain Free from defects in materia�s or worwna�sl�ip for and during the periad of two {2) years
afier the date of Final Acceptance of the Wark by the City ("Maintenance �'eriod"); an:d
yVHEREAS, Principal bii�ds itsalfta repair vr reconstruot the Work in whole or in part
�pon receivitig notice from t�e Cify of the need t�erefor at �ny Yime within the Maintenance
Feriod.
CITY OF FORT WOIiTH
STAi�IQARI7 CO1d5TRlJC'CION SPECICIGATION UdCiJM1ENTS
itevised Ju[y 1, ?Ai I
G[TYWI1]E 5TORM DRAM 1MPROV&MENTS
CITY PROJECT N0. 100D92
oo�i �9-z
MAIiVT�NANCE 60ND
Pag� 2 of4
�
2
3
4
5
G
7
$
9
i0
11
I2
13
14
15
16
17
1$
!9
20
NOW THEREFORE, the conditian of this abligation is such that if Principal shalf
remedy any daf�ctive Wark, for which timsly notice was pro�ided by City, to a co�npletion
satisfactory to the City, then this obligation shall become null and void; atherwise tv remaia ir�
fuii farn� and effect.
PROVID�D, HOWEVER, if Princigal shall fai� sa �o regair or reconstruct any timely
noticed defectiv�: Wark, it is agr�ed that the City may cause an�+ and all s�xch defective Wor�C to
be repaired and/ar reconstructed wiih a.11 assaciated aosts thereof bei�xg borne by the Principal and
tlie Surety undur tlti� Maintenance bond; anci
PROVIDED FURTH�R, that if xtay lagal action he �lad an this Bond, venue shail lie in
Tarrant County, Texas ar the rTuited States District Caurt for the N�r�hern District of Texas, For�
Worth Division; and
PRUVIDED TURTHER, that this ohligatio� shall be continuous in nature and
successive recoveries may be had herean for successive breaches.
CtTY OF FORT WOATH
STANbARD CONSTRUCTION SP�CiEICATION BOCUMENTS
Revised !u[y I, 2011
GITYWIT3E STORM DRAiN IMPR�V�M6NTS
CITY PR03ECT lrl0. 100042
on�� �g-a
MAINTEhiANCE BD�1D
Pt►g� 3 vf 4
1 IN WITNE�S WH�REOF, tlie Principal and t.�e Surety have eaeh SIGNED and SEALED this
2 insfrument by dufy auihorizad a�ents attd af�cers on this the �� tfay of July
3 ,202� .
4
S
b
7
�
9
I4
I1
12
13 �
� 4 ATTEST.: - � / ` '� ,
15 " ,*
16 � � __ � ��
17 �
1$ (Principal} Secretaty " ;
19 .� `
2A
Z1
22
23
2�
25 —
zs �� ` )
27 Witness as incipal
z8 �
29
30
3�
32
33
34
35
36
37
3S
39 .
40 ATTEST:
41 ,��xs�-.i'�l- NQ'�.�s�l��
�2
�43
44 {Surety) Seeretary
45
A�6
47
�'R�TCII�AL:
Woody Contractors, Inc.
_� � _ �
�
BY:
[�
Signature
_ Tray VYoody, President
Name and Title �-• - -- . VY.��`
Address:
650 Tower Drive
Kennedale, TX 76060
SURETY:
Vigilant Cnsusance Company
BY: _
� i
Signatu�•e ���'
c �'-�
�
Kyle W. Sweeney, Attarney-in-Fact
Name and Title
Address;
2D0�1 Bryan 5treet, 5uite 3400
Dalias, TX 75201 ,
C[TY O� FORT WOitTH
STANDARD CONSTRUCTI4i�[ SPECIFICATI0�1 DOCUMENTS
Revised July 1, 26 t I
CiTYWIDE STORM bRAM llvfPROVEMENTS
ClTY PROJBC"f NO. 1U0092
2
3
�
5
G
7
S
�
w
r �
f 7
��h .��.
Witness as to Surety � ;� Teleplion.e
Charles D. Sweeney , 214-754-0777
OU 6! 19 -�k
MAlNTENANCE sONo
Puge M1 af q
Numbet:
*Nute: If signed by an of�c�r nf tlne Surety Ca�npany, there �nust be an file � carCi�ed extract
froin the b�-iavvs si�owin� that this person has suthority to sign such nbligation. If
Surety's physical address is different from its mailin� address, both tnust be provided.
The date of tlie bond shall not be prio;r to the date the Contract is awarded.
CITY OF FORT WO�iTH
STATlDARD CO1�f3TRiJC'i'ION SPECIFIGATI�I+� DOCUMENTS
Revised 1�tiy l, 2U1 �
CITYWEDE STORM bRAfi�! [MPAOVEMENTS
CITY PROJECT Nq. 100�92
Pol�cyholder Information NotFce
IMPORTAN7 NOTICE
To obtain inforn�ation or make a conz�laint:
You may call �Chubb's toll-free telephone number
fo� information or to �nake a complaini at
7-80D-36-CH'UBB
You may contact the Texas Department of
Insurance to abtaza in�nrma�aan an campanies,
coverages, rights or complaints at
1-SQD-252-3439
�''ou may write the Texas Department of Tnsurance
P.O. Box J.49104
Aus�in, TX 78714-�104
FAX # (512) 475-177�
Web: http://www.tdi.state.�.us
E-mail: ConsumerProtection@tdi.siate.lx.us
PREMlUM �R CLRIIi/1 DISPUTES:
Should you have a dispute concenning your prexnium
or aboul a claizn yau should contact t11e agent �'irst.
If the dispute is not reso�ved, you may contact the
Texas Departrnent o� Insurance.
A77'ACH THIS 11IO�fCE 70 YOUR POLICY
This notice is far information only and does not
become a part or eondition of the attached
d�cun�ent.
A l/1S0 1MPORTA NTE
Para obtener inforrriacion o para someter �ina
quej a:
Us�ed puede llamar a� numero de telefono gratis
de Chubb's para informacion o para someter una
queja �
7-SDD-36-CI-fUBB
Puede comunicarse con el Departamenta de
Seguros de'�'exas paza abter�er infarmacion acerca
de companias, coberturas, derechos o quejas al
i-S00-252-3439
Puede escrilair al Departamento de Seguros de
Texas
P.O. B ox 149104
Austin, TX 78714-9104
FAX # (512) 4'75-1771
W�b: k�ttp://vvww.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECL.AMOS.
Si �aene una disputa concezniente a su prizna o a un
reclamo, debe con�unicarse con el agente primero.
Si no se resueve la disputa, puede entonces
coznunicaz�se coz� el departamenta (TDI).
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para propasito de infarmacion y
no se cQnvierte �n parte o condicion del doc���nento
adjunto.
Porm 99-1 D 0299 (Re�. I-0$)
��-�uBBt
Power of Attorneq
Fede�•al Insurance Company I Vigilant Insurance Cnmpa�y � P�cific lndemnity Comp�ny
Know All by These Ftesents, That FSUERAL INSURANCE COA7PANY, an Incliana corporalinn, VIGII.AN'P CNSl1RANC$ COMPAf@Y, a New York co�pvration, and PACIPIC
InmBMNITY COMPA�tY, a wisconsin corporation, do each here�y co�cim�e and ap�nin[ Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and
Michael A. 5weeney of Fort Worth, Texas -----------_----------------------__�------------------------------___.___----------------------_____�-----------------
each as thelr true and lawful Attvrney-imFact to execute under sucl� desi�nauon in nc�ir names and to aftix their cprporate seals to and deiiver for and on their behalC as Surety
thereon or othenv[se, bonds and underWkings and other �vritings obligatory in the nature [hereof (other than bail ltonds) given or exec�teci in the co�rse oFbusiness, and any
instruments amending or al[ering Ehe same. and consents to the modilication ar alteration of any inst�`umen[ referred [o in said 6onds or obligatians.
ln Wltness Whereof, said PEDERAL INSiJRANGB CQMPAIVY, ViGiLANT INSL]RA]VC� CDMPANY, and PAG�iG fND�MNITY COMPAiVY have e�ch executed and attested these
presents and alFxed their corporate seals on this 16`" day o(Septem6er, 2419.
�CS�A.�� Y�. � `,"-""`^'.. �J '(f�'" � �
Cl�+rr3t �1.C:hl�Yr :1v5iKEant5lcrttary
� �W� �..��
STAT� OF NEW JL+RSEY
County of Hunterdon
titq�hen 1{. linii��y, Vice!'rcvilent
� ��� ����,
On this 16'� day of September, 2019, 6efore me, a Notary PubNe of New Jersey, personapy c3me �arvn M. Chlaros, tq me knpwn m be Asslstant5ecretary Of FEDBItAL I�fSURANCE
CDhil'APlY, VIGILANT 1NSURAIYCE CAMPANY, and nACIFIC IiVDEMNITY G4MPAIVY, the companies wMeh executed the faregoing Power of Attorney, and the sa[ci Dawn h9.
Chluras, Ueing by me duly sworn, did depose and say [hat she is AssisEan[ Seeretary nf �E�ERAL INSUIiANCE CpMI�ANY, VIGILANT INSUIiANCG COMPAIVI', and PACIFEG
�Np�f4TNITY CdMPANY and knows the wrporate seais diereo[, that the seals af�ixed tn [he Fnregoing Pow�r of Attorney are such enrporaCe seals and were fherero af'fixed by
audiority of said Conlpanle5: and that She signed saici Fower oF A[torney as Assistant Secretary of said Companies Uy like aothority; and that she is acqualnted with Siephen M.
Haney, and kno�vs him to be V'tce President oCsaid Companies; and that the sigr�awre oFStephen M. Haney, su65crlbed to said Power of At#orr�ey is in the genuine handwriting oF
Stephen ivl. Haney, and tivas therero subscribed by authqriry oFsaid Companies and'tn deponrnt's �resence.
Notarial Seal t
TAIt
a�b
AflBtl�
�� .
KA7HEft1NE J, ADEEMR
NOTARY pUB�IG OF N�w JERSEY
Na_ 2316686
CommEyslan ExPires JWy 16. 2A24
.�-.�. ��In14p'�4lhllf.
CE1tTIFICA.T[pN
Resolutions adopied by the ISaards offlirectors ofFEDERAI. ]NSURANC� C014iPAIVY, VIGILANT [NS[11tANCE COMPANY, and PnC[F'IC IN�EMNI'I`Y fA.MPAIVY on August 30, 2016:
"RFSOLVE�, diat th� following authqriraFions rel�te [o Ihe execution, Foraad� o3i hehalf of the Company. of Iwnds, undertakings. recognirances, contraccsandoiher written commltmen[s oFthe Company
entered lnto Sn theUrtllnary murse oFbusiness (each a"LV[itte�t Commitment"):
(U Fach of the Chairman. the Presldeot and the Vlce Presidenls oFdieGompanyishereby authorized toexeeureanyWeittenCotnmliment Farandon6ehalFoftleeCompany.un8erthe
seai oFthe Campany or ochenvise.
(Z) Farh duty appointed attorr�ey=w-(act of the Company is herehy au[horized xo ezecute any LVriuen Ctitnmitment For and on UehalF of the Cornpany, [ander the seal oi' fhe Company or
orhenvise,.to the extent that such adtort is autharized by the grant af puwers pmvidcd fc�r ln such person s wri[tenappuinhnent as such attnmey-in-fact.
(3j Nadi of trie Chall'tnan, the Presldent and the Viee Presiden�s of theCompanyisherebyauthorized.fnrandon 6elktlfoi�heCompany,Yoappointinwriti� any petsnn the attorney-
in-fac[ of Ihe Company tvith full power andauthority[oexecute, for and an behalfoCtheCompany, under the sealaftheCompanyorn[henvisc,su[hWriltenCommihnentsofihe
Company as may 6e speci%ed in such written appoirttment, whictt specification may be.hy general type or dass of Written Cammitments or by &pecificaNOn of one ormore particulae
SNritten Comml[nlents.
(A) Fach of the G�alrnian, the Presidem and the Vice Presidems aC theCom�rany isherehyauthoriixd,forandan6ehalfofilieCampany,todelegateiawritingtnanyocheroll'�cerof�he
Comparty fhe authori[y to exe[ute, for and o� bel�alF aF tfie Cnmpany, nnder tlic Company's scal or athenvise, su[h Wrltten Cammitmenis oFthe Gompany�as are speeified in su[h
wrirtendetegarien,whichspecilication may 6e 6y generai typeor [la,�of Wriuen Cnrnmiunents or 6ysperific�[WnofoneormorepanitularWrittenCommitments.
(� The slgnature of any olllcer o� other persnn eececming any Written Commitmen[ orap{wintment or �ielegation pursuanEto qiis Re9o[u[ion. �nd �he seal �Cthe Comp2ny, may 6e aftixed hy
facsimile on sLech Wrltien Comml[men[ arwrittenappointment or delegation.
FURTHLR RESOLVEEI, lhat �he foregotng Resnlution shall not bc deemed co t�e amexclusiue sta�ement oFthe pomersand audioriry of ntt3cers. em�.loyees and o[her persons tn.ad forand on belialEoF
the Company. a�dsuch Resoluelon sltall na[ limit or o[herwiseaffce[ the exercise t�f any such poweror autharity othenviSe vaNdly grantc�i or vested."
I, Dawot M. Gh[oro5, Assistant Secretary of k�HD�RAL [IYSUEtANCE COMPAI�Y, V1GII.ANT INSURANCE COMPANY, and PACIFiG IND6MNITY COMPANY {€he "Com�nies") do hereby
certify that
(i) fhe foregoing Resolutlons adopted by [he Board of Directors of the Companies are Lrue, correct and in iull force and elFect,
(ti) t1�e fore�aing PqtiveroFAtrorney is true, correct and in 1'ul! fvrce aid eFFec[� ,
Given under my hand and seais af said Companies a[ Whitehouse S[atian. i�. thi�
�� �
�.. ' •
" �� w �. --�
� � " �.1 :.
i3�nvn �I.l:lilcMv,z;.d`3Gstaiitti���E.uy
IN TI-IE �VGMP YOII WISH TO VliR[FYTHE AUCHEN'flCfl'Y OFTI{IS BOIV� Oft NO'ifF'Y US OF AIVY 01'tifi[tMATTE1L PLGASi COFITACT US AT:
'fele hone(908)903-3993 Fax(9R8)�903-3G56 e-m:a�l: sure �chub6.cam
j� ���
FEk9- VIG-Pl (re�. OB-tej
�TAI�I�AR� GE�TERAL �O�IT�.��TS
OF THE C�llYSTRU�TIOliT C�1lTTRACT
C1TY OP FORT WQRTH
STAl�€I]rLKDCONSTRiICT]ON SPECIEICATION DOCUMENT5
Revision; SIL�l102i
STAND�RD GENERAL CONDITIOI'�S OF THE
CONSTRUCTION CaNTRACT
TABLE OF CUNTENTS
Page
Article 1 —Definitians and TerrninoIagy ..........................................................................................................1
I.O1 Defined Terrns ............................................................................................................................... l
I,02 Terminology ..................................................................................................................................6
Article2—Prelimirtaey Matters .........................................................................................................................7
2.01 Capies of Documents ....................................................................................................................7'
2.02 Coznix►encement of Contract Time; Notice to Pz•oceed ................................................................ 7
2.03 Starting the Worlt .......................................................................................................................... S
2.04 B�fore Starting Constructian ........................................................................................................ 8
2.05 Preconstru�tion Confez•ence .......................................................................................................... 8
2.Q6 Public Meeting .............................................................................................................................8
2.Q7 Initial .Acceptailce af Schedules .................................................................................................... 8
Article 3— Contz•actDocuments: Intent, Amending, Reuse ............................................................................8
3.01 Inient,...... ........................................................................................................................................ 8
3.02 Reference Standard� ...................................................................................................................... 9
3.03 Repoi�ing and Resolving Discrepancies .......................................................................................9
3.04 Amending a�ad �upplementing C�aniraetDocuments .................................................................Ia
3.05 Reuse ofDoc�.unents ...................................................................................................................10
3.�6 Electeanic Data ............................................................................................................................11
Article 4— Availability of Lands; Subsurface and Ahysical Conditions; Hazardous Environr�lental
Canditions; Reference Points ........................................................................................................... 1 I
4,01 Availability of Lands ..................................................................................................................11
4,02 �ubsur£ace and Physical Conditions ..........................................................................................12
4.03 Differing Subsur•face or Physical Conditions .............................................................................12
4.04 Undetground Faciliti�s ...............................................................................................................13
4.05 Reference Points ......................�...�........................,.......,.................................................,...........14
4.�6 Hazardous Ent�i�oninental Gondition at5ite .............................................................................. 14
Article5 —Bonds and InsL�rance .....................................................................................................................16
S.�l Licensed Sureties aildlnsu�•ers ................................................................................................�..16
5.02 Performance,Paymant,andMaintenance Bonds ...........................................................�...........16
5.�3 Cer�ificat�s of Insurance ....... .............................,...,...........................,...,........................,...........16
5.(?4 Cont�•actor's Insut�ance......,...� .....................................................................................................1$
5.05 Acceptance afBands and It�surance; Option to Replace ........................................................... I9
Article 6 Contraetor's Responsibiliiies ........................................................................................................19
6,01 Supervisian and Superintendence ...............................................................................................19
CTTY OP FCSRT WORTH
STt�NDART]CONSTA[1CTIDN SPECIF[CATIQN DOCi]MENTS
Revisian: 8I1.312021
6.02
6.03
6. Q4
6.dS
GAb
b.07
6.08
6.09
6.1p
6.11
b.12
�.1 �
6.14
6.I5
f.16
6.17
6.18
6.L9
b.20
6.21
6.22
6.23
G.24
Labor; Worlcing Hours ................................................................................................................24
Services, Matcrials, and Equipment ...........................................................................................20
ProjectScl�edule ..........................................................................................................................21
Substitutes and "Or-Equals" .......................................................................................................2I
Concernit�g Subcontractors, SuppGers, and 4thers .................................................................... 24
'VVage Rates .................................................................................................................................. 2S
Pate�ntFees andRoyalties ...........................................................................................................26
Parmitsand Utilities ....................................................................................................................27
Lawsand Regu�ations .................................................................................................................27
Taxes...........................................................................................................................................28
Useof Site and Other Areas .......................................................................................................28
RecordDocuments ...................................................................................................................... 29
Safety�nd Prot�ction ..................................................................................................................29
SafetyRepresentat�e ..................................................................................................................30
Hazard Communication l�r�grams .............................................................................................30
Emergencies and/or Reatification ...............................................................................................30
Submitta�s .................................................................................................................................... 31
Continuingthe Warlc ...................................................................................................................32
Cont�actor's General Warranty and Guarantee ..........................................................................32
Indemni�'ication .........................................................................................................................33
Delegation of Professianal D�sign Services ..............................................................................34
Rightto Audit ..............................................................................................................................34
Nondis c.r iminatio n . . . . . . . . . . . . . . . . . . . . . .. . .. .. . .. . .. .. ... . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. . .. .. . .. 3 5
Article 7- Other War�C atthe Site ...................................................................................................................35
7.01 Related Wark at Site ...................................................................................................................35
7 02 C rdination ��
. oo .........................................................................................................
Az�kicle S - City's Responsibilities ...................................................................................................................36
S.OI Conarm.ianicatians to Coni�actor ...................................................................................................36
8A2FUrnish Data ................................................................................................................................36
8.03 Aay When Due .........................<............................................ .................................................. 36
8.04 Lands and Easements; Reports and Tests ...................................................................................36
8.05 C�ange Orders .............................................................................................................................36
8.06 Inspections, Tests, and Approvals ..............................................................................................36
8.07 Limitations on City's Responsibilities .......................................................................................37
$.OS Undisclosed Hazardous En�i�onmental Condi�ion .................................................................... 37
$.09 Cornpliarice with Sa%ty Pragram ...............................................................................................37
Article 9- City's Observation Status During Construction ........................................................................... 37
9.01 Ci�ty's Project Manager .... ........................................................ ............................................. 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authori�ed Variations in VLWorlc ..................................................................................................35
9.04 R�jecting Defective Wark ..........................................................................................................38
9.45 Determinations for Worlc Perfornr�ed ..........................................................................................38
9.U6 Decisions on Requirements of Cantract Docu�nents and Acceptabil'rty of VVork .....................38
cxTY or roxT woxm�
STAND,hT2DC0IVSTR[7CTION SPECII�iCATIQN DOCLJM�[YTS
Aevision: 8f1320"Ll
A�•ticle 10 - Changes in the Wor1c; Clauns; Extra Woilc ................................................................................38
10.01 Authorized Changes in the Work ...............................................................................................38
1 Q.02 L.Tnauthorized Changes in the Work ....................... ........ ............................................................ 39
10.03 EXecution of Change Orders,.................. ....................................................................................39
1a.04 Eat��a Worlc ..................................................................................................................................39
10.05 Notification to Sur�t}� ..................................................................................................................39
10.06 CantractClaims Process .............................................................................................................�-0
Article 1 I-- Cost of the Woarlc; Allowances; Unit Price Work; Plans Quantity Measurement ......................41
11.01 Cost of the WorIc ......................................................................................................�.................. 41
11.02 Allowances ..................................................................................................................................43
11.03 Uni� Price Work ..........................................................................................................................44
11.04 Plans Quantity Measurement ......................................................................................................45
Articl� 12 - Change of Contract Price; Change of Coniract Time ................................................................. �k6
12.01 Cnange of ContractPrice ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................47
12.03 Delays ..........................................................................................................................................47
Article 13 - Tests and Inspectians; Correction, Removal or Acceptanee afDefectNe Worlc ...................... 4$
I3.01 No�ice of De%ci;s .� ......................................................................................................................48
13.02 Access ta Work ...........................................................................................................................48
13.03 Tests and Inspections .... ............................�...,...................,....,..................................,.................48
13.04 Uncovering Work ........................................................................................................................49
13.OS Czty May Stop the Wark .................................................................,..................,...,........,...........49
13.06 Correction or Remo�al of Defective Work ................................................................................50
13.07 Correction Period ........................................................................................................................5�
13,08 Acceptance afDefective Work .......................................�................,...,......................................51
13.09 City May CarrectDefecti�e Worlc .............................................................................................51
Article 14 -Payr�en#s to Contractor and Completion ....................................................................................52
14.01 Schedule of Values ......................�...........................,........................................,...,..,.....,...,......... 52
14�.02 Progress Paymenfis ......................................................................................................................52
14.03 Cantractor's V+larranry of Title ...................................................................................................54
i4.Q4 Partial Utilization ........................................................................................................................55
14.05 �inal Inspectian ........................................................................................................................... SS
14.Ob Final Accepfance ......................................................................................................................... 55
14.07 FinaI Payment ..............................................................................................................................56
I4.08 Final Compleiion Delayed and Partial Reta�nage Release ........................................................56
14.09 Waiver of Claitx�s ........................................................................................................................ 57
Article 15 - Suspension of Worlc and Termination ........................................................................................57
15.01 City May Suspend Work ........................................................................................... ............, 57
15.Q2 City May Teriz�inate %r Cause ................................................................................................... 58
15.03 City 1VIay Terminate For Convenience .......................................................................................b0
Article16 -Dispute Re�olution ......................................................................................................................GI
16.01 Methads and �rocedures .............................................................................................................61
CITY OF FORT WOit'1�-I
S`I'ANDARDCONSTAUCT1pN SPECIP[CAT]{3N DOCUMLNI'S
Revisimx: 8�I
Article17 — Miscellaneous ..............................................................................................................................62
17,01 Giving Notice .............................................................................................................................. 62
l7.02 Computation of Ticnes ................................................................................................................ 62
17.Q3 Cumulative Remedies .................................................................................................................62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... b3
CITY (iF FORT WORTfi
STANBARDCONS'C1iUCT[6N SPECIFICATION DpCL1M�NTS
Revision: �133/202.1
oo�Zoo-i
GENERAL CAN�ITION 5
Page I af 63
ARTICLE 1— DEFTNITION5 AND TERMINOLOGY
1.01 �efined Terms
A. Whei•ever used in th�se General Conditions or in other Conttact DocUments, the terans listed below
ha�e ih� meanings indicated which are applicable to both the singi.ilar and plural thereoF, and
vvards denoting gender sha11 include the masculine, %minine and neuter, Said terms are generally
capitalized ar written in italics, but noi always. When used in a conte�t consistent �aith the
definition of a listed-defined term, the term shall l�ave a mean�ng as defined below whefher
capifalized or italicized or otherwise. In addition to terms 5peci�cally defined, tef•�ns with initial
capital letters in the Contraci Docurrm.ezzts include references to identif'ie�l articles and paragraphs,
and the titIes of other documents o�• forir�s.
1. Addenda Vi�rittenor graphic instruments issued prior ta the openir�g of Bids which clarify,
co�rect, or change the Bidding Requirements oc• the proposed Con�ract Documents.
2. Agreemer�t The wr�tten �strument which is evidence of the agreement between City and
Contractor cov�r•ing the Worlc.
3. Applica�ion for Payrx�ent The form acceptable to Ciry which is to be used by Contractor
dur�g the course of the Worlc in requesiing progress or �na] payments and which is tfl be
accompanied by such suppoi�ing docutnentation as is required by the Contract Documents.
4. Asbestos Any rnaterial that con#ains more tl�an one percent asbestqs an�i i� friable ar as
releasing asbestos fibers into the air abave c�.urent action [�vels established by the United States
Occupatianal Safety and Health Adminisi�•ation.
S. Award — Authorization by the Ciry Councii for the Ciry to entez• into an Agreement.
6. Bid—The offer or proposal of a Bidder submikted an tY�e preseribed Form setting %�th the
prices for the Work to be performed.
7. Bidder—The individua! ar entily who submits a Bid directly to City.
S. Brdding Docurrler�ts T�e Bidding ReqUirements and the proposed Contract Documents
(including aIl Addenda).
9. B�dd�ngRequirexx�e.�ts The adverCisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, iF any, and the Bid Form wi�h. any supplements.
10. Busir�ess Day-- A business day is de�'uaed as a day that the City conducts nartnal business,
generally Monday through �'z�iday, except for federal ar st�#e holidays obse�ved by the City.
I 1. CalendarDay—A day consistir�g of 24 hours measut•ed from midnight to the ilext micl�iight.
CITY OP FORT WpRTH
5TANL7ARbCONSTRUCTION SPFiCIT[CAT[ON DOCUMEN'CS
Revision: 8r131Z�I
00 ��oa- i
G�NERAL CA�l�ITION S
Page 2 oF 63
I2. Change Orde� A document, which is prepased and approved by the City, which is signed
by Contractor and Ci�y and authorFzes an addition, c�eletian, or revision in the Work or an
adjustment in the Contract Price or �ie Contract Time, issued on or after the Effec�i�e Da�e
of the Agreeinent.
13. City— The City of Fort Worth, Texas, a home-ru�e rnunicipal corporation, authorized and
chartered under the Texas Stat� Statutes, acting by its governing body th.�ough its City
Manager, his designee, oz agents authorized under his beha�f, eac4� of vvhich is requzred by
Charter to perform specif"ic duties �vith responsibility for final enfoecement af t�e contracts
involving the City oi Fort Warth is by Chairter vested in the City Manager and is tlie entity
with whom Contractor has entered into the Agree�nent and iar whom the Work is to be
performed.
14. City Attorney — The officially appo�nted Crty Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Councif - The du�y electecE and qualified governing b.ady of the City of Fort Worth,
Texas.
lb. City Manager — The ofiicially appointed and autl�arized City Manager of the Ciry of For�
WQY•�h, Texas, or his duly authorized representative.
1'7. Contract Claam--A demand or assertion by City or Contractor seeking an adjUstment of
Contract P�ice or Contract Time, or botk�, ar other re�ief with respect to the terms of the
Contract. A demand far money or ser�ices by a third parry is not a Contract Claim.
1$. Contract The entire an.d integrated written document between the City and Coniractor
concernir�g the Work. The Contract contains the Agr�ement and alI Contract Documents and
supersedes priar negatiations, representatians, or agreements, whether wriiten or aral.
l9. Conlract Documents Those items so designated in the Agreement. AlI iCerns Iisted .i� tk�e
Agreement are Contract Documents. Approved Submittals, other Contractor submiittals, and
the reports az�d drawings of subsurface and physical c�ndiiions are not Contract Documents.
20. Cont�ctct P�ice The �aneys payable by Ciry to Contractor for completion of the Work in
accordance with ihe Contract Documen� as stated in tY�e Agceemen� (subject to the provisions
af Paragiraph I 1.fl3 in the case of Unit �rice Work).
21. Cantract Tirae The number af days or the ciates stated in the A�reement to: (i) achieve
Milestones, if any and (i�) compfete the Work so that it is ready for Finaj Accepiance.
22. Cantractor The individual or entity with whom City has entered into the Agreerr�ent,
23. Costof the Work�ee Paragraph 11A1 of these General Conditions for definrti�n.
CITY OF FOItT WORTIt
STA3VDARDCDN�TRllCTION SPEC[FICATION DOCUMENTS
Revision: E�1311A21
007200-1
GENERALCONDITIONS
Page 3 of B3
24. Darrrage Claims — A demand for money or services arising from the Praject ar Site firozn a
third parry, Ciry or Contractor exclusi�e of a Contract Claim.
25. Dcry or cfay — A day, unless otherwise defined, shalI rr��an a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Departrrient of the
Ciry of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Directar af Pa�ks and Com�tunity Services — The officially appointed Director of the Parlcs
and Community 5ervices Department of the City af Fort Worth, Texas, or his duly appointed
represe.ntative, assistiant, or agents.
28. Dir�ecta� of Pianning anc� Dev¢lopmeni — The officially appoin.ted Director af the Planning
and Development Department of 1;he City o� Fart Wartkt, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Traraspa�tataon Public Works — The officially appointed Director of �lre
Transportation Public Worl� Department of th� City of Fort Warth, Texas, or his duly
appoint�d representative, assistant, ar agents,
30. Dfrectar of YYater Departrraent — The officially appointed Director ot' the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings That part of the Contract Documents prepared or approved by Enginee�- which
graphicaUy shows the scope, extent, and cI�aracter of the Wor1c to be performed by Contractor,
Submittals are not Drawings as so defined.
32, Effective Date of the Agreement—The date indicated in the Agreement on which i� becomes
effective, but if na such date is indicated, i� means the date on which the Ag�°eement is sig�ed
and delivered by the last of the two parties to sign and deliver.
33. Engineer—The licensed professional engineer ar engineering Firm registered in the State of
Texas performing professianal ser�ices for the City.
34. Extra YYo�k — Additional work t-nade necessary b� changes or alterations of the Contract
Documents or of quantities ar for other reasons far which no prices are provided in the Contract
Documents. Extra wozlc shall be part of the Work,
3S. Field Order—A written order issued b� City which requires changes in the Work but which
does not invol�e a change in the Contract Price, Con�ract Tune, or the intent of the Engin�er.
�'ield Ocders are paid from Field Ordez• Allawances �ncorpox•ated into the Cantract by fiu�ded
work type at the time o� award.
36, Final Acceptance — The written notice given by the City to the Contracior that the Work
specified in the Contract Documents l�as been compieted to the satisfaction of the City.
eiTvo� �oxr wox�
STANDARDCONSTitUCT[ON SPECIF[CATION DOCL]MENT5
Re�ision: 8/?32021
00 72 0D -1
GENERALCON�ITION S
Page 4 of G3
37. Final Ins�pection — Inspectian carried out by the City ta verif'y that the Con#ractor has
completed t�e Work, and each and ev�ry pa� or appurtenance thereof, fully, entit•e�y, and i�
conformance with the Con�act Documents.
38. GeneralRequzrements�ections ofDivision 1 of t�e ContractDacuments.
39. Hazardous Environmental �'ondition The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardo�as Waste, Radioactive Material, or other materials in sueh quantities or
circumstances that may present a substantial danger to persons o� property e�po�ed thereto.
40. Hazardpus Y�aste Hazardous waste is def`u�ed as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal wast� reguIations,
as arnended fram tame to time.
41. Laws and Regulc�tions—Any and all applicable la.ws, rules, regulatians, ordinances, codes,
and arders of any a�d a11 go�ermnental bodies, agencies, authoxi�ies, and courts having
jurisdiction.
42. Liens—Gharges, security interesfis, or encumbranees upon Project funds, real property, or
per�onal �aroperty.
43. Nfajor�terra—Anitem of work included in the ContractDocuments t�iat has a total cost equal
to or greater thaa 5% of the original Contract Price or $25,000 vvhichever is less.
4�4. Milestone A princi�al event specif'ied in the ContractDocuments relatir�g to an interrriediate
CantractTime prior to Final Aeceptance ofthe Work.
45. 1�Iotice of Awa�d The written na�ice by City to the Successful Bidder stating that upor�
tuneiy campliance by the Successf�j Bidder with fihe canditions precedent list�d therein, City
will sign and deliver the Agreennent.
46. Natice to Proceed—A written notice given by City to Contractor f�ing the date on which the
Cantract Time w�ll comrr�ence to run and on which Contractor sha11 start to perfornri the Vi�ark
specif�ed in Contract Dacuments.
47. PCBs Polychlorinated bipl�enyls.
48. Pet�aleum--Patroleum, mcluding crude oil ar any fraction thereof �c�vhich is Gyuid at standard
conditions of temperature and pressure {60 degrees Fahrenheit and 14.7 pourids par square
inch absolute), such as oi� petroleur�a, fuel ail, oil sludge, oii refuse, gasoline, kerosene, and
o� m�ed with other non-Hazardous Waste and crude oils.
�9. Plans --- See defuvtion af Drawings.
CITYOP' I'ORT WORTH
STANI]ARDCOIVSTR[1CT10N SPECIPICATION DQC[IME3YT5
Revisian: 82�1
aa�zoo-i
G�N�RAL CON�IT IO�I S
Page 5 af 63
50, P�oject S'ch�dule A schedule, preparad and mainiained by Cantractor, in accordance with
the General Requirem�nts, descrfbing the sequence and duration of the activities eomprising
the Con.tractor's plan to acco�plish the Wark within tl�e Cantt•aci Tim�.
5I. Pr�ject The Work to be performed under the Contract Documents.
52. PrajectManager—The authorized representati�+e af the City who wiil be assigned to the
Site.
53. Public Meeting — An announcEd meeting conducted by ihe City to facilitate public
participation and to assist the public �n gaining an informed vievv of ihe Project,
54. Ra�'ioactive Material�flurce, speeial nuclear, ar byproduct material as defined by the
Atomic E�ergy Aci of 1954 (q�2 iJSC Section 20I 1 et seq.) as amer�ded £rom time to time.
55, Regular Working Hou�s — Hours beginning at 7:Ofl a.rr�, and ending at b:00 p.m., Monday
thru �riday {excluding legal holidays).
5�, Samples Physical examples of materials, eq�ipment, or vvorl�nanship that are
represeniative of some poi�tion of the Wo��k and which establish ihe standards by which such
portion of �e Wark will be judged.
57. Schedule af Subfnittals—A schedufe, prepareci and inaintained by Contractor, of required
submittals and tne tune requirements to support scheduled pet•forrriance of related construction
ac�ivities.
58. 5`chedule of T�alues A schedule, prepared and maintamed by Contractor, allocating portiar►s
of the Conr.ract Price to various portions of the Wa�k and used as the basis for reviewing
Contractor's Applications �or Paym.ent.
59. Site Lands or areas indicated in tne Contract Documents as being fizrnished by City upon
which the Work is to be performed, including rights-of-way, perrnits, and easements for access
thereta, and such other Iands furnished by City which are desi�nated for th� use of Cantractof•.
60. Specifications--Thai pari of the Contract Documents consisting of writfen requirements far
materials, equipment, systems, standards and workmanship as applied to the Worlc, and certain
administrat��e requirements and procedural ma�ters applicable theeeto. Specifications ma� be
specif"ically made a part of the Contract Documents by atfaekunent or, if not attached, rnay be
incorporated by �•e:Ference as indicated in the Ta61e of Contents {Dir�isian 00 00 QO) af each
P roject.
61. �ubcor�tractoN An individual or entity having a direct contract with Contractor or with any
ottzer Subc�ntractor for the perfa:rrnance of a par� of the Work at the S�te,
CITYOF FORT WORTH
STANDARDCONSTItUCT[ON SPECIFICAT1dN DOCUM6NT5
Revision: 82.37�(121
0�72D0-I
GENERAL CQNDITION 5
Page 6 of G3
62. Subnxittals All drawin.gs, diagrams, illustrations, schedules, and other� data or information
which are specif3cally prepared or asseznbled by or for Contracior and submilted by Cantractnr
to i�lustrate sorn� portion of the Work.
b3. Substrxntia� Cotnpletion — The stage �n the progress of t�e Pc•olect when the Worlc �s
s��iciently complete in accordan.ce with the Contraci Docurnents for Fit�al Ir�spection.
64. Successfu' l BaddeY The Bi�der submitting the lowest and rnost respansive Bid to whoin City
malces an Award.
65. Superintendent— The represei�tati�e of the Contractor who is avai�ble at ali times and able
to receive instructions from the City and to act for the Coatractor.
b6. 5uppiemen�ary Conditions—That part of the Canf�act Documents which amends or
supplern�nts these General Cond'ztions.
67. Supplier—A znanufacfiurer, fabricaior, supplier, dis� ibutor, materialinan, or vendor ha�ing a
dire�t contract with Cont�rac�ar or with any Subcontractor to furnis� materials o�• equipmeni
to be incorporated in the Wark by Cont�actor or Subcontractor.
6$. Undergraund Facaiities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other sueh facilities or attachments, and any encasemer�
containzng such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other cornmunications, cable television,
water, wastewater, storrn watee, other liquids or chemieals, or iraffie or other cont�ol systems.
69 Unit Price Work—See Paragraph 1 I.03 of these Genaral Cond�tions for definition.
'10. TT�eekend IYorkingHou�s—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. yYork The entire construction or th� r�arious separately identifiable parts thereof required to
be provided under the Contract Dacumebts. Work inc�udes and is the result of perfatming or
p�roviding all labor, services, and docw�r�.entatian necessary to produce such construction
including any Change Order or �'ield Order, and furnis�g, inst�lling, and incorporating all
materials and equipznent irito such cnnstruction, all as required by the Contract Documents.
72. T�apking Day — A working day i.s defined as a day, not incjrading Sattiu �ays, Sund�ys, or legal
holidays authorized by the Cily for contract purposes, in which �creather ar other canda�ions
r�nt under the control of the Contractor will permit the performance of the principal unit of
wark underway far a oontinuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Ter�ainology
A. The words and terms d�scussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicatec� �neaning.
B. Tntentof CertaanTermsorAdjectaves:
CFI'Y OF FQRT WORTH
STANDARDCON57RUCT10N SPECIFICATIDN I]QCIIMINTS
Revisioa: 8II31242[
Q4'T2 04 - I
GENERAL CAN� ITION S
Page 7 of 63
1. The Contract Docum�nts include the ternns "as allowed," "as apprnved," ``as orclered," "as
directed" or terms of Iil�e effect or irtaport to authorize an exercise of judgtnen.i by City. In
adclrtion, the adjectives "reasonable," "suirable," "accept�ble," "proper," "satisfactory," or
adjectives of l�ce effect ar import are used ta describe an action ar determination of City as ta
the Work, Zt is intended 1:hat such exercise of prafessional judgment, action, or determination
will be solely to evaluat�, in general, the Worlc far campliance wi�h the iniarmation in the
Contract Documenis and with the design concept of the Project as a functionirag whole as
shown or indicated in the Cantract Documents {un]�ss there is a specific statement indicating
otherwise).
C. Defective:
1. Tk�e ward "defective," when moclifying the word "Work," re�ers ta Wark thaf is
unsatisfactory, faulty, or deficient in that it:
a, does not conforrn to the Contract I]oc�ments; or
b. does not meet fhe requu�ements of any applicable inspection, reference standard, tes�, or
appra�al referred ta in the Contraci Documenta, or
c, has been damaged prior to City's written accepfan.ce.
D. �'u�nish, Install, Ferform, P�ovade:
I. The word "Furnish" or the word "Install" ar the word "Perfotm" or the ward "Px•a�ide" or
the word "Supply," or any carr�bination or similar d'u•ective a� usage thereof, shall mean
iurnishmg and incorporating in ihe Worlc including all necessaeylabor, material�, equiprnent,
and everykhing necessary to perform the Work indicated, unless speei#ically I'vnited iu the
conte� used.
E, Unless statad otherwise in the Contract Docum.ents, words or phrases that ha�e a weU-known
technical or construction inclustry or tz�ade rneanin� are used in the Coniract Documents in
accordance with such recognized zneaning.
ARTICLE 2 — PREY.TM[N.A,R.Y MATTERS
2.01 CopiesafDocuments
Ci�y shall furnish to Contractor one (1} original exec�ited copy and one {1) electranic copy of the
Contract Do�cuments, and four (�) addrtional capies of the Drawings. Addi�ional copies will be
furnished upon request at the cost of reproduction.
2,C12 Conamencementaf Contt�act Tii�ne; Notice to P�oceed
The Contract Time will commence to run on the day indicated in the Notice to Prnceed. A Natice ta
Proceed may be given no earfier t�an 14 days after the Effective Date o�tha Agreement, unless agreed
to by bath parties in writi�g.
CITYQFFORT WdIiTH
STANDAI2DCDNSTRUCTION SPECIFICAT[ON DOCIIMENTS
Revision: 82312Q21
OU7200-1
GE[�ERAL CONDITIDN 5
Page 8 of G3
2.03 Sta�ti�g the Work
Cant�actor shal[ start to perfarm the Wark on the date when the Contract T�ne commences ta run.
No Work shall be done at the Site prior to tk�e date an which the Contract Time cornmences to run.
2.04 I3efo�e StariingConstruct�on
B�seline Schedules: Submit in accordance with the Contract Docurnents, and prior to starting the
Worl�.
2.05 Preco�tstructia� Con,fe�ence
Befo�e any Work at the S�e is staxted, �Iie �Contractar shall attend a Preconsfi�uction Conferenee as
spec�ied in the Gantract Documer�ts.
2.06 Public Nleeting
Contractor may not mobilize any enuipcnen�, materia�s or resources to the Site �rior to Contractor
attending the Public Meeting as seheduled by the City.
2.07 Initial Acceptance of Scheduies
No pragres� payment sha�l be made to Coniractar until acceptable schedules are submitted to Cily in
accordance with the Schedule Specification as provided i� the Contract Dacuments.
ARTICLE 3— CONT�ACT DOCUMENTS: INTENT, AMENDIN�, REUSE
3.Q1 Inte�tt
A. The Cont�act Documents are complementary; �rhat is required by one is as binding as if required
by all.
S. It is the intent of the Contract Documents to describe a functionally compiete project (or part
thereo fl to b� constructed in accordance witIi the Contract Documents. Any Iabor, documentation,
services, inaterials, ar equipment that reasona6ly may b� inferred from the Contract Documents
or from prevailir�g custam or trade usage as bei�ng required to produce the indicated result will be
provided whether or not speeifically called for, at no addrtional cost to City.
C. Clax-ifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Spec�cation sections nuay be w�itten
in varying degrees of streamlined or declarative style and some sections may he relat�ively
narrative by comparison. Onnission of such words and phrases as "the Contractor shajl;' "in
COII�DI'C171ry Wl�il," "3S SilOWt�," Qr "SS speci�ed" aY'C intentional in s�ieamIined sections.
Omitted words aad phrases shall l�e supplied by inference. Similar types of provisions may appear
in various parts of a section or ar�icles within a pa�t depending on tlze format of the
CITY pF FpRT WORTH
STAND,4RllCONSTR[7C7`]ON SPECIFICATIOIV DOCUM�TTTS
Revisian: 81]3l1D21
aa�zoo-�
GEHERALCAN�ITIpN S
Page 9 of 63
seciian. The Cantractox• shall not talce advantage af any �ar�atior� of form, format or sty�e in
making Con�ract Claims.
E. The cross referencing of specification sections under the subparagraph heading "ReIated
Sections inclucle but are not necessarily limited to:" and elsewhere within each Sp�cification
section is provided as an a�d and convenie�ce to the Contractor. The Contractor shall nat rely on
the cr�ss referencing provide.d and shal� be responsible to coordinate th� en�ire Work under the
Confi�act Dacuer�ents and provide a complete Project whetller or not the crass z•eferencing is
provided in each section or whetner or not the crass referencing is compl�te.
3.�2 Reference Standar�ds
A. Siandards, Specifications, Cades, Laws, and Regulations
1. Refei•ence to standards, specifications, ma.nuals, ar codes of any �echnical saciety, oc-ganization,
ar assaciation, or to LavtTs or Regulations, whether sucn reference be spec�c or by implication,
shal� mean the standard, specification, manual, code, o.c Laws or Regulaiions in effect at the
tiixr.e af opening of Bids {ar on tEie Effective Date of the Ag�•eement if there were no Bids),
e�cept as may be otherwise specifically stated in the Contract Dacuments.
2. No pt•avis�on of any such standard, spec�cation, mant�al, or code, or any instruction of a
Supplier, shall be effective to cl�ang� tne duties o� responsi6ilities af Ciry, Conta•actor, or any
of fheir subcontractors, consultants, agent5, or ernployees, fram those set fo�•th in the Contract
Documents. No such provision or iristruction shall be effective to assign to City, ar any of its
officers, directors, m�mbers, partners, employees, ag�nts, consultants, ar subcont�actors, any
duty or autl�ority to supervise or direct the perfo��tnanee of the Wark ar any duty or au�hority
to undertake responsibility inconsistent with the pravisians of the Contract Documents.
3.03 Reporting and Resolvi�agDiscr�epancies
A. Reportin�Discrepancfes:
Gont�actoN'si�cvrewofContractDocumentsBeforeSta�tingWa�k: Beforeundertaking each
part of the Work, Contractor shall carefully stuc[y and compare the Cantract Documents and
checic and verify pertinent figures therein against aIl applicable �eld rn�asurementis and
conditions. Contractor shall promptly report in vvritin�g to City any conflict, errar, ambiguity,
or discrepancy which Contractor discovers, or l�a� actual Zfnowledge of, and shalI obtaul a
writken interpretation or clarif'ication from City 6efore prnceeding with any Wor�c affected
thereby.
2. Cor�tractor's Review of CantractDocuments DuringPerformance of Work: If, during the
performance of the Work, Contractor discovers any canflict, error, ambiguity; or discrepancy
wi�hin the Contract Documents, ar between the Contract Doctunents and {a) any applicable
Law or Regulatian ,(b) any standard, specification, manual, or code, ar (c) any instr�ction of
any Supplier, then Contractor shall promptly report rt to City in writin.g. Contractor shall not
proceer� with the Work affectad tkiereby (except in an emergency as requir�d by Paragraph
crrY o� F oR�� wat�-r�
STAIVI)ARDCONSTR[1CTION SPEC[FICAT[pN DOCUMENT5
Revisian: 8lZ3/1A21
oQ�zoo-�
GEiVERAL fANQITION S
Page l0 of 63
6.17.A) unti� an amendmeni or supplement ta the Contract Documents has been issued by
one of the metllods indicafed in Paragraph 3.04.
3. Contractor shall noi be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documen�s unless Contractor had �ctual know�edge thereof.
B. ResolvingDiscrepancies:
l. Except as ma� be otherr�ise specifcally stated in the Contract Dacuments, the provisions of
the Contract Dacuments shaIl talce precedence in resolving any conflict, error, ambiguity, ar
di�crepancy beiween the provisions of the Contract Documents and the prov�sians of any
standard, specit"ieation, manual, ar the instruction of any Supplier {whether or not specif'ically
incorporated by referen�e � the Contract Documentsj.
2. In case of discre}�ancies, fgured dimensions slnall govern o�er scaled dimensians, 1'lans shall
govern over Specif'ications, Sup}�lernentary Conditions shall govern over General Conditions
and Specifcations, and quantities shown on the Plans shall go�ern over those shown in the
proposal.
3.0� Amending and Suppleme�ting ContractDocume�ats
A, The Contraet Documents may be amended to provicie fc�r additions, deletions, and revisions in
the Work or to modify the terms and co�.ditians thereaf by a Change Order.
B. The requiremen.ts of I;he Cont�act Documents may be supplement�d, and minor variations and
deviatitins in the Work nat involv�ng a change in Cantract Price or Cantract Time, may be
autlaorized, by one or more of the fol4owing ways:
1. A Field Oedex;
2. City's re�iew of a Submit#aI (subject to the provisions o£�aragraph b. I8.C), ar
3. Gity's wri�ten i�terpretation or clarification.
3.05 Reuse ofDocuments
A. Cant�actor and any Subcontractor or Supplier shaIl not:
l. have ar acquire any title to or awnership rights in any of the Drawings, Specificaiions, or
other documents (or copies of any thereo� prepared by or bearing the seal of Engineer,
including eleetronic media editions; ar�
2. reuse any such Drawings, Specifcationa, other docurnents, or copies thereoion extensions of
the Pro�{ect ar any ather project without written eonsent of City and specific written veriiication
or adaptation by F.�gineer.
CITYqF FORT WORTH
ST.4NDARDC6IV5TRUCTION �PECIFICATIOM I70ClJMENTS
Rev i s i oi�: 8�2."3/Z021
0072D0-I
G�NERAL CE7N� ITION S
P�e I 1 of G3
B, The prahibitions of this Paragraph 3.05 will survive final payment, ar termination of the
Cont�act. Nothing herein shall preclude Contractor irom retainirzg copies of the Contract
Documents far recard purpases.
3,06 ElectNonic Data
A. Unless otherwise stated in the Supplementa�y Conditions, the data iurnished by Ciry or Engineer
ta Cont�actor, or 6y Contractor to City or Eng�eer, thai may be re�ied upon are limited to the
prinied copies included in the Cantract Documents (also lcnawn as hard copies) and othe�•
Specifications referenced and located on the City's on-]ine electronic document management and
collaborat�on system site. F�les irt electranic media foi•mat of text, cEata, graphics, or otk�er types
are fizrnished anly for the conv�nience of the recei�'vng party. Any concl�sion o� inforrriation
o6tained or derived f'rom such electraruc files wi[I be atth� user's sole rislc. Ifthere is a discrepancy
between the electronic files and the hard copies, the ltard copies govern.
B. When transFerring documents in electronic rnedia %rmat, the transferring party malces no
representations as to long terrn compaiibility, usability, or readability of documents cesuli�it�g frorn
the use of software application pacl�ages, operating systems, or compuier hardware d�ffering from
�hose used by the data's c�eator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSZCAL CONDITIONS;
HAZARDOUS ENVIRONIVI�NTAL C�NDITIONS; REFERENCE POINTS
4.01 Availabiltty of Lands
A, City shall furnish the Site. Ciry shall natify Contractor of any encurnbrances or restrictions nat of
general application hut specifically related to use af the Site with vvhich Cont�•actor must comply
in perforrniuzg the Wark. C�ty will abtain in. a timely rnanner and pay for easements for perman�nt
structures or permanent changes in existing facilities.
1. The City has obfiained oe anticipates acquisition of and/or access to ri�ht-at�way, and/ar
easernents. Any autstanding right-of way and/or easements are anticipated ta be acquired in
accordance with the schedule setfortI� iri tE3e Supplennentary Conditions. The Project Schedule
submikted by the Contraetor in accordance wiih t�e Contraci Documents must eonsider any
outstanding right-af-vvay, and/ar ease►nents.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outst�nding remaval ar relocatian of utilities or abstructions is anticipatet� in accordanee
with the schedule setforth in the Supplementary Canditians. The Praject Schedule submitted
by the Contractar in accordance with the Contract Documents must consider any outstanding
utidi�ties or obstruc�ions to be removed, adjusted, and/or relocated by o#hers.
B, Upon reasonabfe written request, Czty shall furnish Contractor with a current statement of record
legal title and lega[ description of the lands u�on which the Worlc is to be performed.
CITY OF F QRT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION bOCUMENTS
Re�ision: 8fL32021
aa 7z oo - i
GENERALCANDITION S
Page 12 af 63
C. Contractor shall provide fo� al! add�tiona! ]ands and access thereto thai may be required fot•
constructian facilities or storage ofrnaterials and equiptnent.
4.02 Subsu�face and P�ayszcal Conditaons
A. ReportsandDrawings,- The Supplementa►y Condi�ions identify:
1. thase reparts known to City of explorations and tests of subsurface conditions at or
conhrguous to the Sitie; and
2. those drawinga known to Ciry af physical canditions relating to existir�.g surface or
subsurface structures at the Site (except Underground Facilities).
B. .�imited Reliance by Contr�actor on TechnacalDatcrAutho�^ized: Contrractar may re�y ttpon the
aecuracy of the "technical data" contained 'ua such reports and drawings, but such reparts and
drawings are not Cont�act Documen�s. Such "technica� data" is identif'ied in tlie Supple�x►enta.ry
Conditions. Contractor rnay not make any Contract Claim against City, or any of their officers,
directors, members, pat-tners, emplayees, agents, consultants, ni• subconiractars with respect to:
l. the completeness of sueh reports and drawings for Contractor's purposes, includir�g, but not
limi�ed to, any aspeets of the means, methods, techniques, sequences, and procedures af
construetion to be employed by Contractor, and safety precautions an� programs �ncident
thereto; ar
2. other data, interpretations, opinians, and information contained in such reports ar shown or
indicatad in such drawings; or
3. any Contractor interpr�tation of or conclusion drawr� f'rom any "technical data" or any such
other data, interpretai�ans, opinions, or information.
4.Q3 DifferangSubsu�-face o� Physical Condiiions
A. Notice: If Contractor believes that any subsurface or pl�ysical condition that is uncnvered or
revealed either:
L is of such a nature as to establish that any "technical data" on which Contractor is entikled to
rely as pravided in Paragraph 4.�2 is rnaterially ir�accurate; or
2. is of such a nat�re as to require a change in the Contract Documents; or
3. di�fers materiajly frorn that shown or indicated iri the Contract DocLunents; or
4, is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in wark oi the charact�r provided for in the Contract
Documenits;
CITYOF FORT WORTI3
STANDA1tDCON3TRilCT[ON SPECIFICAT[ON DOCLIMEN7`5
Revision: 823I1�L1
00720D-]
GENERALC6N�iTIDN S
Page 13 of 63
then Contractor shall, promptly aftez° becoming aware thereof and before further disturbing the
s�absurface or physical conditions or perfarming �ny Work in connection therewith {except in an
emargency as requu�ed by Paragraph 6.17.A), notify Ciity ixz writing about such cflnditian.
B. Possi�le P�ice and Tirrte 14djustinents
Contractor shall not be eniitl�d ta any adjustment in the Contract Price ar Contract Tune if:
1. C�ntractor Icnew of the existence of such conditions at the tune Contractor made a final
commitrnent to City with respect to Cantract P�ice and Cont�•act Time by the submission of a
�id or becoming bound under a negotiated contract; ar
2. the e�stence af such condrtion eould reasonably have been discovered or revealed as a result
of the e�amination of the Contract Documents or the Site; or
3. Contractor failed to gi�e the written notice as r�quired by Paragraph 4.03.A.
�.04 Unde�^gr�aundF�zeiiities
A, Shawn o� Indicated.• The information and data shawn or indicated in th� Contract Dacuments
r�vith respectto existizig Underground Facilities at or contiguous to the Site is based an inforrnation
and data furnished to Ciry ar Engineer by the owners of such ilndei•ground Faciliiies,
including City, or by others. Unless it is otherwise expressly provided in the Supplernentary
Conditions:
l. City and Engineer shall not be responsible for the aceuracy or completeness of any such
informatian or data provided by others; and
2. the cost of all of the following will be in�clUded in the Contract Price, and Contractor shall
have full responsibility fnr;
a. reviewing and checkulg all such informatian and da#a;
b. locating all Underground �'acilities shown or indicated in tlae Contract Docurraents;
c. coordination and adjustment of the Work with the owners of s.uch ilnderground
Facilities, including Ciry, during construction; and
d. the sa£ety and proteciion oi all such Under�ound Faciliti�s and repairing any damage
thereto resul�ing from the Wark.
B. Not Shown or Inr�icated:
1, [f an Underground �'acility which conflicts with the Work is uncovered or revealed at ax•
contiguous ta the Site which wa� nat shown ar indicated, ar not shown or indicated with
reasonable acc�aracy in the ConYeact Docunnents, Contractor shall, promptly �fter 6ecorning
aware thereof and 6efare further d�sturbing conditions affected thereby or performirig any
CITY OF �ORT WORTH
STANDAItDCa1�5'fRUCTION SPECIFLCATION DOCUMENTS
Revision: $2311D2]
oo�zoo-�
GENERAI. CQN�1710N S
Page 14 af b3
Wark in coru�ection therewith (excep# iu� an e�nergency as required by Paragraph G.17.A),
icientify the owner of such Underground Facility and give notice to that o�vner and to City.
City wil! re�rie� the discovered Underground Facility and determine the extent, ii any, to
which a change rnay be reyuieed ir� the Contz�act Documents ta reflect and document the
eonsequences of the ex'rstenca or lacation of the Underground Facility. Cantractor shall be
responsible for the safety and protection of such discovex�ed Underground Facility.
2, If City concludes that a change in the Contract Docurnents is required, a Change Order may
he issued to reflect and document such cons�quences.
3. Verification af existing utilities, s�t•ueiures, and seevice lines shall include notifieation of alI
utility companies a minim.urn af 48 haurs in advance of construction ineluding explaratoz•y
ezccavation i� necessaty. .
4.05 Reference Points
A. City shall provide engineering surveys to establish reference poitrts for canstruction, which in
City's jucigrnent are necessary to enab�e Cazatractor to proceed with the Wark. City wilI provide
canstruction stakes ar other customary method of rr�arking to establish line a�d grades for roadway
and utility construction, centerlines and benchmarks for bridgewark. Contractor shall pcotect and
presexve the established reference paints and property rnonuments, and shall make no changes or
relocations. Contractae shall report to City whenever any reference }aoint or property monument is
last or destroyed or requires reIocation because of necessary changes �n grades or locations. The
City shal! be responsible for the r�placement nr relocatian of reference points or praperty
rnonuments not carelessly or wiilfulIy destroyed b� the Contractar. The Contractor shall notify
Ciry in advan.ce andwith sufF'icient time to avoid delays.
B. Whenever, in the opinion af the City, any reference po�int or monument has been carelessly or
williully destroyed, disturbeci, or removed by the Contractar or any of his etnplay�es, t.he full cast
for rep�acing such points plus 25% will be charged against the Contraetor, and th� �uU amount will
be deducted fi�onn payment due the Contractor.
4.06 Haza�dous Envi�onmental Conditaon at Site
A. Reports and DYawi�rgs: The Supplementary Conditians identify those report,s and drawings kriown
to City relating to Hazardous Environmental Conditians that ha�e been identifed at the Site.
B. Limited Relrance by Contractor on Technical Data Authorized: Contractar may rely upon the
accuracy af the "�cchnical data" contained in such reports and drawings, but such rEports and
drawings are nat Contract Documents. Such "technical data" is identified in the Supplernentary
Condrtions. Contractor may not rnake any Contract Claun against Ciry, or any of thei� officers,
directors, members, partt�ers, employees, agerrts, consultants, or subcontraciors with respect ta:
1. the completeness of such reports and drawings For Contractor's purposes, including, but not
Limited to, any aspects of the means, methods, techniques, sequences anc# pracedures of
G1TY0�' FORT WORTH
STANC7AiLDC01�5TRUCTION SPECIEICATION DOCUMENTS
Revision: 82.3f�OQl
007200-I
GE I�ERAL CON D I T I 0 N 5
Page 15oi63
cans#ruciian to be employed by Contractar anc# safety precautions and programs incident
ther•eto; or
2. other clata, �nterpretations, opinions and information contained in such reports or shown or
indicated in such drawings; ar
any Contractor ir�terpz•etation of or conclusi�n drawn fi•om any "lechnical data" or any such
other data, interpretations, opinians or inforfnation.
C. Con1�•actor shaU not be cesponsible fot any Hazardous En�vi�anmetital ConditiQn uncovered or
reveaied atthe Site which wasnot shown or indicated in Dra�uings or Speci�caiians or identified
in the Contract Documents ta F�e within the scope oi the Worlc. Contractor shall be responsiu�e for
a Hazardous Environmental Coildition created with aiiy mate�ia.ls 6rought to the Site by
Coniractor, Subcontractors, Suppliers, or anyone else for whom Cnntractor is responsible.
D. If Contractor encour�ters a Hazardous Enviroiv�nental Condition or if Contractor or anyone for
whoin Contractor is responsible creates a Hazardous Environmental Condi�ion, Cantractor shal]
unr�ediately: {i) secure or othe�•wise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affe�ted thereby {except in an emeegency as required by Paragraph
b.17.A); �.nd (ui) notify City {and promptly thereafter confirm such notice in writ�ng). City may
consider the necessity ta retain a quali�ied expert to e�aluate such condition or talce correcii�e
actian, if any.
E, Contractor shall r�ot be rec�u�red to resurne Work in connection with such condition or in any
affe�ted area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i} specifyin� that such candit�on and any affe�ted area is or has �een
rendered sui�able for the resumption of Woric; or (u� speciifying any special conditions under which
such Work may be z•esumed.
F. If after receipt of such written nofiice Cont�•actor does noi agree to resuEne such Warlc based an a
reasonable belief i� is unsafe, or does not agree to resume such Wori� under such special condi�ions,
then City rna� order the portian of the Wor�c that is in the area affected by such conditiian to be
deleted from the Work. City may have such de�eted portion of the Work performed by City's own
forces or others.
�. To the ,f'ulle,st extent permitted by Laws and Regulations, Cont�cactor shall inderr�n� and hold
hczt�rr�less City, fr�orrt and against aIl elaims, costs, losses, r�nd damages (irrcluding but noC limited
to all fees and charges of engineers, ar�chftects, attorneys, and athe� professionals and crid court
o� ar��iitration a� other dispute r�esolu.tion costs) arising out o.,f� or t�elatfn� to a Hazardous
Envi�onrnent�l Candition cr�eated by Cantracto�o� by anyone forwhom Cantt�crctoN is responsible.
Nothing in this Paragraph 4. 06.G shall obligate Contractor� io i�der�z� any individual o� entity
fram and agafnst the consequences of that individual'�s or entaFy's own neglzgenc.e.
H. The provisions of Paragraphs 4.D2, �4.�3, and 4,04 do not apply to a Hazardous En�ironmental
Condition unco��red or revealed atthe Srte.
cr�rYor FoxT wo�Tx
STANI7AI2DCONSTRUCTION SPECIF[CAT10N QOCUMENTS
Revision: 8�Z31�021
6072U0-I
GENERALCONQITION 5
Page 16 of 63
ARTZCLE 5 —BONDS AND INSYiK�NCE
S.O1 Licensed Suretiesandlnsurers
All bonds and insuranee req�au-ed by the Contract Documents to be purchased and maintained 6y
Contractar shall be obtained from surety or insurance companies that are duly licensed or authorized
in the Sta.te oi Texas to issue bonds or insvrance policies for the limits and coverages so reyuired.
Such surety and insurance eompanies shall also mee� such additionai requirements and qualifications
as may 6� provided in the Su�plementary Conditions.
5.02 Performance, Payment, and Maantenance I3ands
A. Contractor shaU. furnish p�rformance and payment bonds, in accordance wikh Te�s Governiment
Code Chapter 2253 or successor statute, each in� an amount equal to the Cont�act Pric� as
secUriry fo�� the fa.irhful �ecformance and payment of aIl of Cantractor°s obligations under the
Contz'act Documel�ts.
B. Contractor shall fux•nish mai�tenance bonds in. an amount equal to the Contract Price as security
ta protect the Ciry against any det'ecks in any poi�tion of the Wark described in the Contract
Dacuments. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. Al1 bonds shall be in the form prescribed by the Contract Documer�ts except as provided otherwi�e
by Laws or RegL�laiians, and shall be executed by such sureties as are narned in the list of
"Companies Ho�dir�g C�rtif'icates of Aurliority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Campanies" as published in Circular 570 (amended) by the F�nan�ial
Managernent Servxce, Surety Bond Branch, iJ.S. Department of the Treas�y. All bonds signed by
an agent or attorney-in-faet must be accompanied by a sealed and dated power af attorney which
shall show that �t �s effective on the date the agent or attorn�y-in-facf signed each bond.
D. Ifthe surety on any band furnished by Contractor is declared bankrupt ar becomes irisnlvent or it�
rigiit to do business is terminated in the State of Texas ar it cease� to meet the requirements of
Paragraph 5.02.C, Contractor shali promptly notify City and shall, within 34 days after the event
gi�ing r�se ta such notification, provide anather bond and surety, both. af which shail comply wrth
the r�quirements of Paragraphs S.OI ar�d 5.02.C.
5.03 Certificates of Insr�r�ance
Contractor shall deliver ta City, with capies to each addiNonal insured and loss payee identified in the
Suppiementary Conditio�as, certificates r�f insurance (o�er evidence of insurance requested by City or
any ather additional insured} in at least the rnini�num am.ount as specified in the Supplementary
Conditions which Cani�aetor is required to �rchase and maintain.
The ce�tificate of insurance shaIl document t�ie City, and all identified enti�ies named in the
Suppiementary Conditions as "Additional Insured" nn all Gability policies.
CITY OP FQRT WORTII
STANC]ARDCONSTRUCT[DN SPECI�ICATION DOCiJM�fT5
Revision: 8�231�J21
00 72 Q{] -1
GEM1lERAL CANDIT IDiJ S
Page ] 7 of 63
�.. The Coniractor's general liability insurance shall i�clude a, "per project" or "per locatlor�"
endorsement, which shall be identified in the certificate of �nsurance provided to tl�e City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be corr�plete in its entirety, and show complete insurance carrier natnes as listed i�°1 the current
A.M. Best Propet�ty & Casualty Guide
4, Tn� insurers for all policies rnust be licens�d and/or approved to do business in the State of
Texas. E�cept for workers' compensation, all insurers must har�e a minim�.un rati��g of A-:
VII in the current A. M. Besi Key Rating Guide or have reasonably equi�a�ent iinancial
sh•engkh and solvency ta the satisfactian af Risk Management, If tkze fatang is bel�w that
required, wrilten ap�roval of City is required.
5. All applicable policies shal[ include a Waiver o#' Subrogatian {Rights af Recovery) in favor
of the City. In addition, the Contractor agrees ta waive all rights of subrogation against the
Engineer (if applicable}, and �ach additioaal insured id�ntitied in the �upplementary
Conditions
6. �'ailure of the City to demand such certificates or other evidence of full coinpliance with the
insurance requirement� or fai[ure of the City to identify a deficiency fi'om evrdenee that is
providec! shall not be construed as a waiver oi Cont�actox•'s obligation to maintain such Gnes
of iristu•ance covet•age.
7. If insurance policies are not writCen %r speci�ed coverage Iimits, an Umb�•ella ar Excess
Liabili�y insurance for any dit'ferences is required. Excess Liability shall follow form of the
primary coverage.
8. Un�ess otherwise stated, all required insurance shall be wri�en on the "occurrence basis". If
coverage i� underwritten on a claims-mad� basis, �f-ie retxoaciive data shall be coiricident with
c�r prior to the date of the effective date of the agreernent and the cer��icate af ir�surance shall
st.a.te that the co�erage is c]aims-made and the retraactive date. The insurance co�erage sha[1
6e mairitained for the duration of the Contract and for Ch�ee {3) yeax•s followiing Final
Acceptance provide.d under the Conti•act Documents or for ihe warranty period, whichever is
lon�er. An annual certificate of insuranc� submitted to the City sha11 e�idence such
insurance eo�erage.
9. Polieies shall have no exclusions by endorsements, which, neither nullify or amend, the
requued lines af eovera�e, nor decrease the liiriits of said coverage unless such endorsements
are appz•aved in wri�ing by the Cily. In the event a Gontract has been bid or executed and the
exclusions are determined to be unacceptabl� or the City desi�es additiona! insurance coverage,
and the City desi�es the contractor/engineer to obtain such caverage, the contzact}�rice shall
be adjusted by the cost of the premium for such additional coverage plus 10°/a.
10. Any self-insuz�ed retention (SIR), in excess of $25,000.00, affecting requued insuranee
co�erage ,shall be approved by the Ciry in regards to asset value and stockholders' equity. In
CITYOF ROKT WORTH
STANDARDCONSTRUCT[ON SPECIF1Ci1T[ON DOCi]NIENTS
[tevision: 8/Z32021
pp7200-I
GENERALCON�ITION S
Page 1 & of 63
lieu of t�aditional insurance, alternaiive coverage rriainiained thraugh insurance pools or rislc
retention groups, rnust also be approved by City.
I 1. Any deductible in excess of $5,000.00, for any policy that does not pro�ide co�erage �n a
f�rst-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretian, ceserves th� right to review the insurance requir�rnents anc� to
malce reasanable ad�ustments to i�surance caverage's and their limits when deemed necessary
and prude��t by the City based upon changes in statutory law, court decision or the clanns
history of the industry as well as of the contracting party to the City. The City shall be required
ta praeide prior notice of 90 days, and the insurance adjustments sha31 be incarporated into the
ViJark by Change Order.
13. City shall be entitled, upon written request and without expense, to reeeive copies of policie s
and endorsements thereto and may make any reasonable reques�s for deletion ar re�ision or
naodifi�ations o� particular policy tez•ms, eanditions, Wn�tations, or exciusions necessary ta
confornn the paGcy and endorsements to the requirerz�e�ats of the Contract. Deletions, revisions,
or rnoclif'ieations shall na� be requ�red wher� policy �arovisions aee established by law or
reguIatior�s binding upon ei[her party or the underwri�er on any such polic�es.
14. City shall nat be responsible far the direct payrnent of insurance premi�nn costs for
Contractor's insurance.
5.04 ContractoY s Insut�a�tce
A. �'o�-kers Compensation and Employers' Liabilaty. Contractor shali purchase and rnaintair► such
insurance coverage with �imi�s consistent witi� statutory benet"�ts nutlined in the Texas WQrkers'
Compensation Act (Texas La bor Code, Ch. 4Ub, as a�ended), and minimum limits for Employers'
Liability as is app�•opriaie far the Worlc be�ng performed and as w�ll provide pratection irom clauns
set forth below wHich may arise out of or result fiom Contraetor's performance af the Work and
Gontractor's other obGga�i�ns under t.he Contract Documents, whether i� is to be �erformed by
Cor��ractor, any Subcontractar ar Supplier, ar by anyone directly ar ind�rectly employed by any of
them to perform any of the War�, or by anyone for whose acts any of thezxi. xnay be liable:
�. clauns under workers' compensation, disability benefrts, and other sir�lar er���layee benefit
acts;
2, claims for damages because of badily inj�u�, occupational siclrness or disease, or death of
Contractor's empfoyees.
B. Comme�cial General �iability. Coverage shall include but not be limited tn covering �iability
(bodily injury or property darnage) ar�mg from: premisesloperations, independent contractors,
peoductslcompleted operations, personal injury, and liability under an insured eontract. Insurance
shall be provided on an occurrence basis, a�d as corr�prehensive as the current Tnsurance Services
O�ice (TSO) policy. This insurance shall apply a� priimary insurance with respecf to any other
crrY or roam woRTx �
STANDAI2DCON5TRl3CTI�N SPECIFICATION b�CYIMEIVTS
Revision: 8232021
oa�zaa-i
GENERALCONbITIO�IS
Pz�!e 19 of 63
insurance or self-insurance programs afforded to the City. The Commereial General Liability
palic�, shall have no exclusions by endorsements that would alter of nullify prernisesloperations,
products/completed operations, contractual, personal injury, or advertising injury, which ate
normally cantained with tl�e policy, unless the City approves such exclusions in wri�ing.
Far construction projects ihat present a suhstantial completed operation expasure, the Gity may
require the contractot• to maintain completed aperations coverage �or a minimurn of no less than
ihree (3) �+ears following the cornpletion of the project (� identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, lvred and non-owned and prfl�ide indemnity for claims far damages
because bodily injury or deat.Y► of any person and or property damage arising out of the worl�,
maint�nance or use of any tnotor vehi�le by the Contractor, any �ubcontractor or Supplier, or by
anyane directiy or it�d'u•ectly emplo�ed by any of them to perforni any of the Woik, or by anyone
for whose acts any of thern rnay be ]iable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the litnits af
railroad right-of-way, the Cont�•actot• shall comply v�ith the requirements iclentified in the
Supplementary Canditions.
E. Notaficatian of Padicy Cancellatio�a� Contractor sMal1 immediately notify City upon cancellation
or other loss of i�t�surance coverage. Coniractor sh�ll stop tivork until replacem�nt insurance has
been procured. There shall be no ttme credit for days not worked pursuant to this section.
5.05 Acceptan.ce ofBondsandlnsurance; Option to Replace
If City has any objec�ion to the co�erage affarded by or otiher provi�ions af the bonds ar insurance
required to be purchased and maintained by the Contractor in accordance with Artzcle 5 on the basis
of non-con%rmance wi�h the Contract Documents, ihe City shall so notify the Contractor in wri�ing
within 10 Business Days afterreceipt of th� cert�cates (or other e�idence requesteci). Contractor shall
pro�ide to the City such additional infarmation in respect of insu�•ance provided as the City may
reasonably request. If Contractor does nat purchase ar maintain all of tihe bonds and insurance reyuired
by the Contract Document�, the City shall notify the Contracto� in writing of such �ailure prior to the
sta.rt of the Work, ar of such failu�•e to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Sa�pervision and5uperinte�adence
A. Contractor shall �upervise, inspect, and direct the Work comp�t�ntly and eff�ciently, devoting
such attention thereto and applyirkg such skills and expertise as may be necessar� to perform tha
Work in accordance with rhe Contract Docurrients. Contractar shall be solely zesponsible for the
means, methods, techniques, sequences, and procedures of canstruction.
CITY OF FORT WORTH
STANDARDCONSTR[ICTION SPECIFICA7'ION DOCLJMENTS
Revision: $�2.i1'1Q2.[
Q07200-I
GENERAL CONDITION S
Page 20 of b3
B. At all times during the progress af the Work, Contractar sha11 assign a competent, English-
spealcing, Superintendent who shall not be replaced without vvritten notice to City. The
�uperintendent will be Contractor's representative at t!-ie Srte and �l�all ha�e authority to act on
behalf nf Contractor. All co�xununication giv�n to ar received fram the Superintendent shall be
binding on Contractoj�.
C. Contractor shall noti£y the City 24 liours prior to rnoving areas during the sequence of constcuction.
6.02 Labor; YYorkingHours
A. Contractor shall provide competent, suitably qualif'ied personnel to perfa�•m car�struction as
required by the Contract Doeuments. Contractor shall at all times maintain goad discipiine and
ordet at the Site.
B. E�cept as atherw�se required for the safety or protection of p�rs�ns or the Wark or property at
the Site or ad1acent thereto, and except as othervvise stated in the Cantract Dociunents, aU Work
at the Si�e shall be perfarrn.ed during Reg�alar Working Hours. Contractar wi� nat permit the
performance of VJork beyond Regular Waxlcing Hours or %r Weekend Worlcing Hours without
City's written consent (vvhieh �il! not be unreasonably withheld). Wr�tten request (by letter or
electranic comnnunication) to perform Work:
1. for beyond Regular Vtlorlcing Hours request must be made by noon at least two (2) Business
Days przor
2. for Weekend Worl�ing Hours request must be m�de by noon of the preceding Thursday
3. for Iegal holidays request naust be made by noon tv�o Business Days prior to tkie Iegal
holiday.
6.03 Se�vices, Materials, and Equapfnerat
A. Unless otherwise specified in the Contract Document�, Coniractar shall provide and assurne fi�jl
responsibility for al� serv�ees, materials, equipment, labor, transportation, eonstruction equiprn�nt
and machinery, too1�, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentaLs necessazy for the performance,
Contractor required testing, sta��t-up, and completion of the Work.
B. AlI materials and equipment incorporated into t�e '['�Varlc shall be as specified or, if not specif'ied,
shall be of good quali�ty and new, except as otherwise provided in tl�e Cant�act Docurnents. Al1
special warranties and guarantees required by th� SpecrFications sha�l expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory e�idence (including repa�ts of
required tests) as to the source, kind, and quality of materia.ls arid equipment.
CITYOF FpRT WORTH
STANDARDCONSTRUCT[OM SPECIF[CATION DQGUMCAfTS
Revision: 8113l11]2l
00 7z oa - i
GENERALCONDITIONS
Page 21 af 63
C. All materials and equipmern to be ir�corporated irito the Work shall l�e storecE, appliecf, installed,
cannected, ereeted, pratected, Used, c�eaned� and conditioned in accardance with instruction5 of
ihe applicable Supplier, except as otherwise may be provided in th.e Contract Documents.
D. All i�etz�s of standard equipment to be ic�corporated into the Worlc sl�all be the lates� model at the
firne af bid, unless othet-wise specif'red.
6.Qq� ProjecfSchedule
A. Contraciar shall adhere to fhe Pi•oject Schedule established 'm accordance with Paragraph 2.07
and the General Requirennents as it may be adjust�d from time to time as provided below.
�, Contxactor shall submit to City for acceptance (tothe extent indicated in Paragraph2.07 and
the General Requi�emeuts) proposed adjustment,s i� the Project Schedule that will not result
�n changing ihe Contract Time. Such adjustmen� will comply with any pro�iszans of the
Gen�xaI Requirements applicable thereto.
2. Contractor shall subrnit ta City a monthly Project Schedule wrikh a nnanthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
3. Proposed adjustments in the Praject Schedule that wilI change the Contract Time shaIl be
submitted in accardance wi�li the req�airemen.ts of Article 12. Adjustments � Contract Tirne
may only be made by a Change drder.
6.05 Suhstitutes and "Or-Equals"
A, Whene�er an itenn of material or equipment is specified or described in th� Contract Dacuments
by using the name of a proprietary iiem or the name af a pariicular Supplier, the speciiication ar
description is intended to establish the type, function, appearance, and quality required. Unless the
spec�"icatian or descripiion cantains or i� followed by words reading that no like, equi�alent, ar
"or-equal" item or no substitution is permitted, other rterns of ma�erial or equipment of other
Suppliers may be submitted to City for re�iew under �� circumstances described below.
l. "Or-Equal"Ztems: If in City's sole discretion an item af material or equipm�ni propased by
Contractor is functionaily equal ta that named and sufficiently sienilar so that no change in
related Warlc will be r�quired, it may be considered by City as an "or-equa�" item, i�1 which
case reviery and approval of the proposed iiem may, in City's sole discretian, be accannplished
vvithout campliance with some or alt of the requirements for appraval o:Fproposed substitute
items. Far the purposes of this Paragraph b.OS.A. l, a proposed itenn of materia� or equiprnent
will be considered functionally equal to an item so narz�.ed if:
a. �he City deterrnines that:
1) it i5 at I�ast equal in mate.rials of const�uction, quality, durability, appearance,
strength, and design character�stics;
CITY OP PORT WOI2TH
Si'11NDARI7CONSTRUCT[ON SPEC[FICATCON DOCUMENTS
Revision; 82�1
p0 72 60 - I
GENERRL CAN�ITION S
Page 22 af 63
2) it w�ll reliably perform at least equa�ly well the funciion and achie�ve the results
imposed by the design eoncept of the coinpleted Project as a functioning whole; and
3) it has a proven record of perforimance and availa�ility of responsive seivice; ar�d
b. Con.tracfor ce�t�ies tI�at, if approv�d anci incorporated ir�ta the Worlc:
1) there will be no increase in cost to the Cit� or increase in Contract Time; and
2} it will cori#'nrm substantially to tile detailed requi�ements of ihe item named ia the
Contract Dacurrtents.
2. 5ubstitute Iterns:
a. If in City's sol� discretion an item of material or equipment pro}�osed by Contractoz does
not qua�i£y as an "or-equal" item under Paragraph 6.flS_A.l, i� rnay be submitted as a
proposed substitute item.
b. Contractor shall subrnit sufiicient informatian as pravided below to aIlow City to determine
if the itern of material or equipment proposed }s essentially equivalent to that named and
an acceptable suhstitute therefar. Requests for review of proposed subs�it�tte items of
material or equipment will nat be accepted by City from anyone other than Contracta�.
c. Contractor shaU trfake written application to City far review of a proposed substitute item
of mater�al or equipment ti�ai Contractor seeks ta furnish or use. Th� application shall
comply with Section. O1 2S OQ and:
1) shall certify that the praposed substitute item will:
a) perfarm adequately the functions and ack��eve the resui�s called for by the genez•al
design; '
b) be similar in substanee to that specifed;
c) be suited ta the sam� use as that spec�'ted; and
2) vvill state:
a) the extent, i� any, to which the use of the propos�d substitute rtem w�ll prejudice
Contractor's achievernent of final completion on time;
b) wl�ether use af the proposed substitute item in the Work will require a cha.nge in
any of the Contract Dacuments {or in the prov�sions of any ather direet cantract
with C'rty for other wark on the Project} to adapt the design to the praposed
sU6sfiitute item;
C�TYOI� FORT WORTIi
STA�fDr1RDCONSTRUCT[ON SPECIFICATION DOCUMENTS
Revisinn: 8�13/.z021
d0 72 00 - I
GEN�RALCQND17i4N5
Page 23 of 63
c) whether incorporation or use of the propased substitute itein in cor�nection vwhh
the Wor[c is subject ta paym�nt of any license fee or royalty; and
3) wiil identify:
a) all variations of the p�•oposed substitute itein fram that spee�ied;
b} available engineering, sales, maintenance, ra�afr, and replacement set�vices; and
4) shall contain a�n item�zed estimate of all costs or credrts that wilI result d"u•ectly or
indi�ectly frorr� use of such substitute item, including costs of redesign and Damag�
Clainr�s of ather contractors affectetE by any resultzng change.
B. Sub,statute Const�uctianMethads orProcedures: If a specif"ic means, meihod, technique, sequence,
or proceduu•e of construction is expressly requieed by tha Cantract Dacumeats, Cantractor may
furnish or utilize a substitute rr�eans, method, technique, sequence, or procedut•e of canst��uction
approved 6y City. Contxactor shall submrt sut'ficient information ta allow City, in City's sale
discretlan, ta deteeznine that ih� substitute proposed is equivalent to that expressly called for by
the Contract Daeuments. Contractor shall malce written applicatian to City for review in the sam.e
rr�anner as I;hose provid�ci in Paragfaph 6�OS.A.2.
C. City's Evaluation: �iry will be aI�owed a reasonable time within Vd}71Ck1 t0 evaluate each
propasal or submittal made pursuant ta Paragraph� 6.OS.A and 6A5.B. City. rnay require Contractor
to furnish additional data abaut the proposed substitute. City will be the sole judge o�acceptabiiity.
No "a�-equal" or substitute will be ordered, installed or utilized untii Ciry's review is complete,
whlc� will be evidenced by a Change Order in the case of a substi�ute and an accepted Subrnittal
for ar� "or-equal." City will �.dvise Contractar �n w���ting of its deterrr�inatian.
D. Speeial Gucarantee: City may requtt•e Contracior tio furnish at Cant�°actoi°'s expense a special
performance guarantee, warranty, or other surety �vi�h respect to any substitute. Contt•actor� shall
indem�afy and hold harn�less Cify and ctnyone di�ectiy or indirectly employed by lhemf�om and
againstanyandallclaims, da�rtages, lossesandexpens�s(includingatPorneysfees)arisingoutof
the use of substituted rtaaterials or equipment.
E. City "s Cost Reimbursexnent: City will recocd City's casts in evaluaiing a substitute praposed or
subrnitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.QS,B. Wk�ether or not City
approves a suUstitute sa px•oposed ar submitted by Contractor, Contractor may be requir�d to
reimburse City for evaluating each such proposed substitute, Contractor may also be required to
reimburse City for the charges for making cl�anges in the ContractDocuments (ar in the provisians
oi any other direct contract with C.ity) resuEting from the acceptance of' each praposed substitute,
F. Contracto�'s Expense: Cdntractar shaU, provide all data in suppot�t of any pi�opased substitute or
"ar-equal" at Contractor's expense,
CITY OF FORT WOC�TI-I
STAN[3ARDCONSTR[1C1']ON SPEC[rICAT[ON DOCUMENTS
Revision: R2�/�02[
p07200-1
GENERAL CON�ITION S
Page 24 of 63
G. City Substitute Reambursemen�Gasts {sa�ings or charges) attributable to acce�tance of a substitute
shall be ineorporated to the Contract by Change Order.
H. Tarrre Extensions:No additional time will be granted for subst�utions.
6.06 Conce�ning,S'uhcontractors, Suppliers, and Others
A. Contractor shall pexform wikh �is own organizatio�, work of a �alue nat less than 35% of the
�alue embraced on the Cantract, unless otherwise appro�ed by the Ciry.
B. C�ntractor shall not ernploy any Subcantractor, Supplier, or other individual or entity, whether
initiall� or as a repl�cement, against whom Ciry rr�ay have reasonable objectior�. Coi3fraetar shall
nat be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whorn Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 5.46.C).
C. The City may from time to time require the use of certain Subcantiractors, Suppliers, or other
indivi�uals or entities on the project, and will pravide such requirements in tk�e Supplementary
Conditions.
D. Minn�ily Business Enterprise Complianee: IC is City policy to ensure t�e f�ll and equitable
participation by Minority Business Enterprises (MBE) in the procurement o� goods and services
on a contractual basis. If the Contract Documents pro�ide for a MBE goal, Contvactor is required
to comply with tlae mtent of the Cit�'s MBE Ordinance (as amended) by the fol�awing:
1. Contractar shall, upon request by City, provicie cainplete and accurate int'ormation regarding
�ctual work performed 6y a MBE on the Cantract and �ayment therefor.
2. Con�aeto� will nat make addi�ions, deIetions, or substitutions of accepted MBE witlaout
written consent of the Ciry. Any unjustafted ehan�e or deletion shall be a materi�I breach af
Contract and rnay result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upan requesiby City, a�ow an audit and/or examination af any bQnks, records,
or files in the possessian of the Contractor t.�iat will substa.ntiate the actual work performed by
an MBE, Material misrepresentation of any natur� will be graunds for termination oi the
Contract in accordance vvith Paragraph 15.02.A. Any such misrepresentiaiion rnay be grounds
for disqualification of Contractor ta bid on future contracts with the City for a period of
not less than three years.
E. Contractor shall be iuliy responsible to City £or alI acts and �mi�sio�s of the Subcantractors,
Suppliers, and other indi�idUals or enti�ies perf�arming or furnishirkg any of the VVork just as
Contractor is respon�ible for Contractor's own act,s and omussions. Nothmg in tlie Contraet
Documents:
CITYOF FORT WORTI-1
STANBARDCONSTRUCTI�N SPEC[FICAT[aN DOCiFMGN'I'S
itevision: 8Q3/1.021
007200-I
G�N�RALCANdITI0N5
Yage 25 of G3
1. shall create for the beneft of any such Subcontractnr, Suppiier, o�° other individual or enti�y
any con%�'actual relationship between Cily and any such Subcontractor, Suppliet• or other
it�dividual or entiky; nor
2. shall create any obligation on ihe part of City ta pay ar to see to tHe payment of any mon.eys
due any such Subcontraetar, Supplier, o�• �ther individual or entity except as may otherwise he
requi�ed by Lavus and Reg�ilatians.
F. Contractor shall be solely responsible for scheduling and coordinating the VLWorlc of Subcontt•act�rs,
5uppliers, and other individua �S or entities perForming or furnishing any af the �1Vork under a direct
or indirect contract with Contractor.
G. All Subc�ntracto�•s, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with Czty through Corttractar.
H. All Work performed for Contractor by a Subcontractor or Supplier v�i� be pl�rsuant to an
appropriate agreement between Con�ractor and the SubconteacEor or Supplier v�hioh specifically
binds the Subcontractor or Supplier to the applicable texms and conditions of the Cantract
Docwnents for the bene�t of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply wrth all requi�etnents of
C�apter 2258, T�xas Governtnent Cade (as amended), mcluding the payment o� not less than the
rat�s determined by �he Ciiy Council of th� City ofFort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are incIuded in these Contract
Documents,
B. Penaltyfor Violatian. A Contractor or any �ubcontractor who does not pay the pre�ailing wa�
shall, upon dema.nd made by the City, pay to the City $60 %r each wox•ker employed far each
calendar day or part of the day that the wozlcer is paid less �an the pie�ailing wa�e rates stipulat� d
in these contract documents. This penalty sha[I be retained by �he City to offset its administrati�e
cnsts, pursua,nt to Texas Go�ernment Code 2258.023.
C. Cornplaints of iViolafions and City Determinatio�z of Good Cause. On receipt of infaerriation,
including a complaint by a war�cer, cancerning an alleg�d viala.tion of 22S$.�23, Texas
Gov�rnment Code, by a Cont�•actoz• or Subcontractor, the City shall make an inYtia 1
determination, before the 3I st day after the date tl�e City receives the information, as to whether
good cause exists to believe that the violatian accurrec�. The City shall notify in wi°iting the
Contractor or Subcontractor and any affected worker of its initial deterrniriation. Upon the City's
determination that ther� is good cause to believe the Contractor or Subcor�tractor has �io�ated
Chapter 225R, the Ciry sha�l i•etain the full amounts claimed by fihe cl�icnant oz• claimants as the
difference betweenwage� paid and wages due under the pre�aiiing wage rates, sucn amounts being
subtracted from successive progress payments pending a iu�al determination af ihe violation.
CITY QF FORT WORTH
STANDARUCONSTRUCTIOA' SPEC[FICAT[ON DOCUML•TITS
Rewision: SdL3202[
007200-]
GENERAL CQN�ITION 5
Page 26 of 63
D. Arbit�ation Requir�ed if Violatian Nat Resolved. An issue relating to an allegeci �iolati�n af Sectinn
2258.023, Texas Governtnent Code, iacluding a penalty owed to the City or an affected worker,
shall be subnni�tted to binding arbitration in accordance with tlZe Texas General Arbrtration Act
{Article 224 et seq., Revised Statutes) i� th� Contractor or Sub�ontractor and any affected warker
daes not resolve the issue by agreementbefore the ISth day afterthe datetfie City makes its initial
determination pursuant to Paragraph C abave. If the persons required to arbitrate under this
s�ction do not agree on an arbitrator before the 1 Xth day aft�r the date that arbitration is requ�red,
a district court st�all appoint an arY�itrator on the petition of any of �� persons. The City is not a
party iri the arb�traiian. The decision and award ofthe arbitratar is final andbindu�g on all parties
and may be enforced �n an� court of co�-npetent jurisdiction.
E. Records to be Nfaintained. The Contractor and each Subcontractor s�iall, far a period of three {3)
years following the da.te of acceptance of th� work, maintain records that show (i} the name and
oecupa.tion of eachworlcer employed �y the Contractor in the constructian af the Work provided
for in this Cantract; and (u) the actualper diem wages paid to each worker. The records shall be
open at all reasonable ho�.us foi inspectio� by the G�ty. The provisior�s of Pa�•agraph 6.23, Right
to Aud�t, shall pertain to this inspection.
F. Progres,� Payrrrents. With each progress pay�nent ar payroll period, whichever is less, the
Contractar shall subznit an aifdavit stating that the Contractor has complied with the requueme�ts
af Chaptex 2258, Texas Go�ernment Code.
G. Posting of Wage Rates. The Contractor shall post prevailulg wage rates in a conspicuous place at
alj times.
H. Subcont�^actoN Conipliance. The Contractor shall itaclude in its subcantracts and/or shall
otherwise require all of its Subcontractors ta comply with Paragraphs A through G above.
b.p8 PatentFees and Royalties
A. Contractor shall pay all license fees and royalties and assume ail costs incident to the use in the
perforrriance af the Work or the iricarporation in the Work af any in�eniion, design, p�acess,
produet, or de�ice which i� the subject of patent rights or copyrights held hy others. If a particulaz•
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the V4orlc and �, to the actual know�edge of City, its use is subject to patent rights
or copyrights calling for the payment af any license fee or royalty to others, the ex�stence of such
rights s4�alI be disclosed by City in the Contr�ct DocUmenfs. Failure of the City to disclose such
information does not relieve the Contractor from its obligatxons to pay for the use of said fees or
royalties to athers.
B. To the fullest extent permatted by Laws a�td Regulatio�as, Contractop shall ander�rr� and hold
harmless City, fram and agafnst all clatms, casts, losses, and dam�ges (including but not lrmited
to all fees and char�ges of engineers, a�chitecis, atiorneys, and other p�^ofessioncals and alI cout�t
or ar�hii3^ation or othet� dispute Yesalution costs} at�ising out�f oY relating ta a�ay infringe�rent of
pate�atrights o� eopyrights incid�entta the �se in the perfarmance ofthe Work o� resultingfrom
CITYOF FORT WORTH
S1'ANT)ARDCONSTRUCT[ON SPECIFICATION DOCUMGNTS
Revision; 82�/Z021
ao7aoo-i
GENERAL COiJDIT 10�15
Page 27 of G3
the inco�poNaiion in the Work of any inverati�on, design, process, product, or device nots�ecifzed
in the Cont�actDacr,rments,
b.�}9 Permits and Utilities
A. Cont�actor obtained perrrtits and licens�s. Cantractor shall obiain and pay for all construction
permits and licenses except those provided for in the Supplementary Condi�ions ot Cantracl:
Documents. CiLy shall ass�st Contractor, when necessary, in obtaining such pezmits and licenses.
Contractor shall pay all gavernrr�ental charges ar�d inspection fees necessary far the ptosecution of
the Worlc wbich are applicable at the time of opening of Bids, oz, if there are na Bids, an tkie
Effective Date of the Agreemeni, except for permits provided by the City as spec�ed in 6,09.B.
City shall pay all �haeges of utility owners far eonnections for providing permanent service to the
Work.
B. City obtainedperrniis and licenses. City will obtain and pay t'or all permit5 and lieenses as pro�ided
for in the 5upplementary Conditions or Contract Docwnents. It will be the Contt•actor's
responsibilify to carry out ihe provisions of tlle permit, Ifthe Contractor ini�iates changes ta the
Cont�•act and the Czty approves the changes, the Cantr•actoz• is respons�le for obtaming clearances
and coot�dinating with the appropriate regulato�y agency, The Ciiy will nat rei�nbu�•se the
Contractor for any cost assaciated wi�h these requir�ments oi any Ciry acquired permit. The
followic�g are permits the City will abtain if required:
1. Texas D�p�rtment of Transportation P ermits
2. U.S. Army Carps of Engineers Permi�s
3. Tez�as Comnussion on Environmental Quality Per�nits
4. Railroad Company Permits
C. O�tsfanding per�rnits and licenses. The Ciry anticipates acquisition o� and/oz• access ta permits
and licenses. Any outstanding pexinits and licenses are anticipated to be acc�uired � accorclance
with the schedule set forth in the Supplementary Condit�ans. The P�•oject Scheduie submitted by
the Contractor ir� accordance wi� ihe CflntractDocuments m�st eonslder any outstanding permits
and liceanses.
b.1Q Laws and Regulations
A. Cantractor shall gi�e all notices x•equired by and shall comply with aIl Laws and Regulations
applicable to the perfarmance af' the Wark. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not 6e responsible for monitoring Contractar's
complEance with any Lar�s or Regula.tions.
B. Zf Contractor perfbrms any Warlc knowing ar having reason to know that it is cantrary to Laws or
Regulations, Contractor shall bear all claims, costs, fosses, and damages {including but not limited
to all fees and charges of engineers, architacts, attorneys, and other p�•ofessionals and all
CiTY OF PORT WORTH
STAIVDARDCDNSTRUCT]ON SPECIFICA'CION DOCUMIIVTS
Ravision: 8�2.�/2�I
00 �z ao- a
GENERA�CONDITkQN S
Page 28 of G3
court or arbitration or other dispute resolution costs) arising OUt O� OC CB1Ai1Tl� tb SLlC�7 WOY�C.
Howe�er, it shall not be Contractor's responsibilil.y to make certairi t�at the Specifcatior�s and
Drawings are in accordance with Lavvs and Regulations, but this shall nat relieve Cont�•actor of
Cont�actor'S obligations under Paragraph 3.02.
C. Changes in Laws or Reguiations not known at the time of apening of Bids having an effecton
the cost or• tiu�e of performance o� the Work may be the subject nf an adjustment ita Cor�tract Price
or Contract Time.
6.I1 Taxes
A. On a contract awarded by the City, an organization which qualifies fi�r exemption pursuant to
Texas Tax Code, Subc�apter H, Sections 1 S 1.301-335 (as amended), th� Contractar may purchase,
rent or lease all materials, 5L117�5li�S az�d equipment used or consumed in the perforrnance of this
contract by issuing to hi� supplier an exemptian certiE'icate in Geu of the tax, said exemption
certificate to comply with State Compt�•olIez's Ruling .Ofl7. Any such exemption certificate issued
to tk�e Contractor in lieu of the tax shall be subject to and shall camply with �the provision of State
Camptroller's Ruling .U� l, and any ather applicable rulings pertaiunin�g to the Texas Tax Code,
Subchapter H.
B. Texas Taxperrnits and infor�nation may be obtained from:
1. Comptroller af Public Accaunts
Sales Tax Divisian
Caprtol Station
Austin, TX 78711; or
2. httn:i'Iwww.window.state.tx.usltaxinfo/taxforms193-�'orms.t�ttnl
6.12 Use of Site and OtherAreas
A. Lim�tation on Use of Site and Dther.A�eas:
1. Con�tactor shall confin� �onstfuction equipment, the storage ot' materials arnd equipment, and
the operations of workers to the Site and other areas permitted by Lavcrs and Regulations, and
shall no� unreasanabiy encumber the Site and other areas with aonstructian equipment or other
materials or equipment. Contractor shall assume fuIl responsibility for any damage to any such
land or area, or ta the ovvner or occupant thereof, ar of any adjacent iand or a�•eas resulting
from the performance of the Work.
2. At any time when, iri the judgment oFtli� City, the Contt•actor has obstructed or closed or as
carrying on operations in a portion of a street, right-of way, ar easement greater than is.
neces,�ary far �aroper executioi� of the Wark, the City may require the Contractor ta finish the
section on which aperations are in pragress before work is commenced on any additional
area oiihe Site.
CITY OF FORT WORTH
STANDARbCONSTRUC7'i0N SPECIPICAT[ON DQCtJMI:NTS
Revision: 81�3f1Q21
aa�zaa-�
GENERAL COEJnITIONS
Page 29 of 63
3. Should any Damag� Claim be made l�y any such awner or occupant because ofthe performance
of the Work, Cantractor shal[ px•ornptly attempt to resolve the Damage Clairn.
4. Pursuant to Papag�aph 6..�1, Cant�actar^ shall indemnify and hold ha�^�less City, from and
against all claaytts, cosis, losse�s, and damages arisingoa# of ar �elating ta ctny claim or action,
legal or equitable, brought by any such owneY o� occr�pant against City.
B. R�moval of Debr�is During Perforrraance of the YT�ork: During the progress af the Work
Coniractor shall lceep the Srte and other areas free from acc�amulations of waste mater�als, rubbis h,
and other d�bris. Removal and dz�posal of such waste materials, rubbish, and other debris shall
conform to applicable I�aws and Regulations.
C. Site Maintenance Cleaning: 24 houes after written notice is gi�en to tlie Contractor that the
clean-up on tl�e job site is ptoceedic�g in a rna.nner ui2saiisfactory to the City, if the Contractor fails
to correct the unsatisfactary pi°ocedure, the City may taice such dire�t actian as the City deems
appropriate to correc� the clean-up defeiencies ciCed to the Contractar u� t�ae writCen notice
(by letter or electronic comm,unication), and the cnsts of such direct action, plus 25 % of such
costs, shall be deducted from th� manies due or to becoma due to the Con�ractor.
D. Fanal Site Cleaning; Prior io Final Acceptance of the Work Contractor shall clean the Site and
the Worlc and make it r�ady far utilization by Cfty or adj�cent prop�t�y awner, Af the completian
of the �orlc Contractor shall remove fiom ihe Site all tools, appliances, constructzon equipment
and machinery, and surplus materials and sl�all restore ta original conditia�n or better all property
disturbed by the Work.
E. Laadingstruc�ir�es: Con�ra�tor shall nat load nor permit any part of any structure ta be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Warl�c
ar adjacent properry to stresses or pressures that will endanger it.
6.13 Record Doeuments
A. Contractor shall mairitain in a safe place at the Site or in a place designated by the Contractor and
ap,prflved by the City, one {I) record copy of ail Drawings, Specifications, Adclenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotafied ta
show changes made during construction. These record documents tog�ther with all approved
Sannples and a eounterpart af all accepted Submittals will be a�vailable to City far refe�-ence. Upon
compleiion of ihe Worlc, these record documents, any aparation and maintenance manuals, and
Submittals will be �elivered to City prior to Fina! Inspection. Contrr�ctor shall include accurat�
looations for buried and imbedded items.
6.14 Safety and Proteetion
A. Cantractor shall b� soleiy responsible for initiating, maintaining and supervising all safety
precautions and prograins in cannect�on with the VL�orl�. Such responsibility does not relieve
Subeontractors of the� responsibility for the safery of persans or properly in the performance of
their work, nor for c�mpliance with applicable sat'ety Laws and Rega.laiions. Contractor shall
CITY OF FORT WORTI-I
STANE]ARDCONSTROCTION SPECIFICATION BOCUMENT5
Rev ision: 823C�OQl
00�2oo-i
G ENERAL C(71�� IT I D N 5
Page 30 of G3
tal{e alI necessary precautions fnr the safety of, and shall pravide the necessary pratection to
prevent damage, injury or lass to:
1. �ll persons �n the Site or who may be affected bythe Work;
2. all the Worlc and materials and equip�nent to be mcorporated therein, whether in starage on
or off the Site; and
3. other properry at the Site or adjacerrt thereto, including trees, shrubs, lawns, vvallcs,
pavements, roadways, st�•uctures, utifities, and LTnderground Facilities not designated %r
removal, xelocation, or replacement in the course of construction.
B. Cantractor shall comply with aIl applicable Laws and Regulations relating to the safety af
persans or praperty, or• to the protection af persons or property from damage, injury, ar loss; and
shall erect and maintain all necessary safeguards for su�h safety and protection. Contracto� shall
not�'y owners of adjacent property and of Underground Facilities and other utility owners when
prosecutian of the Work may affect them, and shall coo�erate with them in the protection,
rema�al, celocation, and replacement of theu� properry.
C. Contrac�or shall comply with the applicable requirements of City's sa��ty programs, if any.
D. Cont�actor shall inform City of the specif'ic requirements of Conh•actor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All darnage, injury, or loss to any property referred to in Paragraph b.14.A.2 or 6.14.A.3 caused,
directly ar mdirectly, in whole or �i par�, by Contraetor, any Subcon�ractor, Supplier, or any other
individual or entity directly or indirect�y employed by any of therr� to perfarm any of the Work,
or anyone �or whose acts any of them may be lial�le, shall b� r�medied by Contractor.
F. Contractor's duties and responsbilities for safety ancf for protectian of the Work shall contir�ue
until such time as afl the Work is compieted and Ciiy has accepted the Work.
6.15 Safety Representative
Contractor shall inform City in writing of Con�actor's designated safety representative at the Sike.
6.I6 Haza�-d Carramunication PragNams
Coniractor shall be responsible for coordinating any exchange o� material saf�ty data sheets or other
hazard communieatian information required to be rnade available to or e�changed betweei� Qr amang
employers in accordance with Laws or Regulatinns.
b.17 Enrergeneies a.nd/ar Rect�cation
A. In emerger�cies ai%cting the safety or protection of persons or the Work or �roperty at t�e Site or
ad�acent thereto, Cantractor is abligated to act to prevent threatened darnage, injury, or loss.
Cant�•acinr shall give C'ity prampt written notice � Contrractor believes that any significant
CITY OF FORT WORTH
STANDARDCONSTftUCTION SPECICICA7'ION DOCUME]V'CS
Revisinn: Stl3/1U2.1
ao�2on-i
GEN�FtAL CONI]I71c�N S
Page 3 I of 63
changes in th� Work or �ariations fram the Can�tact Documents ha�e been caused thereby or are
required as a result thereof. If City determines that a change in tk�e Cont�act Docufnents is require d
because of the action taken by Contractor in response to such an amergency, a Change Order may
be issued.
B, Should ihe Contractor fail to respand to a request frorn the City to rectity any discrepancies,
amissions, or correction necessaryto conform with the requu•ements of the Conteact Documents,
the City shall give the Contractor �vritten notice that such vvork or changes are to be performed.
The written not�ce shalI direct att�ntion to the discrepant canditzon and request the Contractor to
talce remedial action to carr�ct the condi�ion. In the event the Coniractor does not taIce positive
steps to falfill this writ�en request, or does nat show just cause for not taking the proper aetian,
within 24 hours, t�e City may take such remedial action with City forces or by contract. The CiCy
s�iall deduct an amourit equal to the enti�e costs for such reinedial action, plus 25%, from any
funds due or 6ecarr�e due the Can�ractor an the Proje�t.
6.18 Subrnittals
A. Contractor shall submi� required Submittals to Cily for re�view and accepta.nce in acco�dance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identi�ec[ as City may require.
l. Submit number of copies speciffed it7 the General Requi�einents.
2. Datashown on tkae Submittals will be complete with respectto quantities, dimensians, specified
perfotmance and dasi�n criteria, material�, and similar data to show Ciry the sez�vices,
matez•ia�s, and equiprnent Contractor proposes to provide and ta enable City to review the
information for the lieniled purpases required by Paragraph 6.IS.C..
3. Subrnittals submitted as herein pro�ided by Contractor and reviewed by Ci�y for
conformance with t}�e design concept shall 6e executed in cor►formity with the Contract
Dacuments unless otherwise rec�uired by City.
4. When Subtxiittals are submitted for the pur}aose af showing the installation in greater detail,
theu re�iew shall not exeuse Contractor frorri r•equirements shown on the Drawings and
Specifications.
5. For-Information-Only sub�nittals upon which th� City is not expected to conduct review or
talce responsive action may be so ideniified in the Cantract Docutnents.
6. Subamit rec�uir�d num6er of Samples speci%ed i�a the Specifications.
7. Ciearly identify each Sarnple as to material, Svpplier, pertinen� data such as catalog numbers,
the use for tuhich intended and ofher data as City rr�y require �a enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C,
CITYOF FORT WOR1"H
ST/iNDARIlCONSTRUCTION SP6C1F[CA7'IOtJ DOC[JMEN'T5
Revision; i�/231�C121
Q0720Q-]
GENERAL CON�ITION 5
Page 32 af G3
B. Where a Submittal is requi�ed by the Contract Documents or the Schedule of Subnaittals, any
related Work performed prior ta Ciry's review and acceptance of the pertic�ent submittal will be
at the sole expense and responsibility of Contractor.
C. City's I�eview:
l. City will provide timely review of requi�ed Submittals in accordance w� Che Schedule af
Submit�al� acceptable to City. City's rev�evv and acceptance will be only to determine if the
items covered by the subrnittals will, after installatior� or incorporation in the Warl�, conform
ta the information given in the ContractDocuments and be cornpatible wi�h the design concept
of rhe completed Project as a functioning whole as uldicated by the Contraci Documents.
2. City's re�iew and acceptance will not e�tend to means, mei�ods, techniques, sequences, or
procedures of construction (except where a particular tneans, method, technique, sequence,.
or procedure of constructian is specific,al�y and expressly called for by the Contract
Documents) or to safety preeautions or programs incident therefo. The review and acceptance
of a separate item as such will not indica�e approval of the assembly in. which the it�m
functions.
3. City's revier�v and acceptance shall not relieve Contractar fram responsibil�ty far any
varia�ion frnm the requirements of the Contract Documents unless Contractor has complied
with the reyuuements af Section O1 33 00 and City has g'rven �vrjt�en acceptance of each
such variation by spec�'ic writ�en nQtation thereof irncorporated in or accompanying the
SubmittaL City's re�iew and acceptance shall not r•elieve Contractor fram responsibility for
complying with the requirerrients of the Contract Documents.
6.1'9 Continufngthe Work
Except as oth�twv�se pravided, Contractor shalI carryon the Worlc and adhere to the Project 5chedule
during all disputes of disagreerr3.ents with City. No Work shall be de�aye� or postpo.ned pend�g
resolution af any di�putes ar disagreernents, except as City and Contractor may otherwise agree in
writing.
5.20 CanlractoN's Genepal Wat��at�ty and Guarantee
A. Cont�actQr warran�s and guarantees to C�€ty that aIl Work wili be iti accordance with the Contract
Documents and will not be defective. City and rts ofi'icers, d�rectors, rriembers, partners,
emplQye�s, agents, cansultants, and subcontractors shall be entitled ta rely on representation af
Contractor's warranty and guarantee.
B. Contracto�•'s warranty and guaran�ee hereunder excludes def�ets or damage caused by:
l. abuse, mo�cation., ar unproper mairitenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Cont�actor is
responsible; or
C1TY0�' �'Ok2T WORTH
5TANT}ARDCONSTRUCTI�N SPECIFLCATION DOCCIMEtVTS
Revision: 823lZOZI
007200-I
GEfVERAL COND ITION S
Pagc 33 of 63
2. norma.l w�ar and tear under i�ormal usage.
C. Contractor's abligation to perform and complete the Work in accordance with the Contract
Documents shail be absoluie. None of �e falIawing wilI constitute an acceptance of Worlc that is
no� in accordance with the Contract Dacuments or a r•elease of Contractor's obligation to pei�form
the Wai•k i� accordance with �he Contract Documents:
1. obser�ations by Ciry;
2. recoromeizdation ac payment by City of any pragress or final payment;
3. t17� issuance of a certifieate of Final Acceptance by City or any �ayment related thereto by
City;
�. use or occlipancy of the Work or any part thereof by City;
5. any review and acceptance of a SubinittaI by City;
6. any inspection, test, or approval by others; or
7. any correctian of defecti�e Work by City.
D. The Contractor sllall remedy any de%cts or damages u� the Woric and pay for any damage to
other work or propef�iy resulting therefirom whieh shall appear wikhin a period of iwo {2) years
fr�m the date of Final Acc�ptance of the Worlc unless a lnnger period is spec�'�;d and shall fu�•nish
a good and sufficient maintenance bond, complying witla tk�e requirements of Article
5.02.B. The City will give notice of observed defects wikh reasanable promptness,
6.21 Indernnification
A. Con�ractor covenants and agrees to ind�mnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against a�ty and a[1 claims
�rising out of, or alleged to arise out of, the work and services to be performed hy fhe
Contractor, its officers, agents, employee�, subcontractors, licen�es or invitees under tEti�
C+ontract. V1S Y I
OPERATT ANT} RF F.FFFC.TTVE EVi`N iF TT T� AT.i.T.C;FiI n PRCIVFN THAT�r r
SO + � + U
PART. RY dNj�' AGT�MIS�T�N nR NF,(iLiC"TFN .T OF THF. CTTV, Tltis indemnity
provision is intendedto inclnde,w�ithout lirnitation, indemnity for costs,expensesand lega]
fees incurred by ths Caty in defending against s�ch clainas and causes ofactians.
B. Con�ractorcovenanfs and agrees to indemnifyand hold harmless, at its own expense, the City,
its officers, servants and employees, from and againstany and all loss, da�age ordestruc�n
of praperty oithe Cily, arising o�t of, or alleged to arise out o� t�e work aind services to t�e
per�'ortned by �he Cantractor, its o�cers, agents, employees, subcontractot�, Iicensees ar
i�nvitees under this Confract. THifi I1VD�MNIFYC'ATFnN PROV[SIQN I�
C[TY OF F bRT WQATf I
STANDAADC4NSTItllCTION SPECIFICAT[OIV DOCUM�3VT5
Revisitin: 8/i31�}21
ao �z oo - !
GENERALC�ND1TlON S
Fage 34 of 63
' _ �_ \1 _1 f 1' ►`-- s\1 :----�I_ L _/
- - _� � � ' : � L� . . 1 : 1 u__ 1 . 1 a�=-- � ► 1 !_`!�
- �_ 1_ ► .lsi_ _ 1: ► '�:_ '. �► 11/-_- _!► !:
� - - -� - -/- "
5.22 Delegation af Professianal Design Services
A. Contractor will nnt be cequired ta pro�ide professional desigr� services uniess such services ar�e
speciticavy y�equired by the Cantract Dacuments for a portion of the Worlc or unless such services
are required to carry out Contractor's responsibifi�ies far construction means, methods, techniques,
sequences and procedua�es.
B. If professional design ser�ices or certifications by a desig�i professional r�lated to systerns,
materials or equipment are specifically required af Contractor by the Contxact Dacuments, Crty
will specify all performance and desi�,m criteria that such services mt,ist satisfy. Contractor sha11
cause such services or cex-tificaiions td be provided by a properly licensed professionai, whose
signature and seal shall appear an aU drawings, calcula.�ions, specifications, certifcations, and
Submittal� prepared by such professional. Submitta�s related to the Work designed or certified by
such professional, if prepared by oihers, shall bear such professior�al's written a�proval when
submitt�d to Ciry.
C. City shall be enti�led to rely upon the adequacy, accuracy and comp�eteness of the services,
certif'icatians or approvals performed by such design prQfessionals, pro�ided City has specified
to Contractor performance and design criteria that such ser�ices inust satisfy.
D. Pursuantto this Paragraph 6.22, City's r�view and acceptance of design ealculatiflns and design
drawin.gs will be only for the lunited purpose of check�ng for confarmance wi�th performance and
design cr�teria given ar►d the d�sign concept e�pressed in the Con�act Documents. City's review
and acceptance of Subm�.tals (e�cept design calculatians and design drawings) will be anly �or
the purpose stated irt Paragraph 6.18.C.
6.23 Right to Audit
A. The Contracior agrees that the City shall, until the expiration of three {3) years after final
payment under this Cont�•act, have access io and �he right to examine and photocopy any directly
pertinent boaks, documents, papers, and records of the Contractor in�olving transactions relating
to this Contract. Contractor agre�s that tlle City shall have access during Regi.ilar '4Norking Hours
ia all ne�essary Cont�actar facilities and shall be �ro�ided adequate and appropriate vwork space
in order to condact audiis in compiiance with the provisions of thi� P�ragraph. Th� City shali
gi�e Cantractor reasonable advance notice of intended audits.
B. Contractor further agrees to inck.�de in all its subcontracts hereunder a provision to ihe effect that
the subcontractor ag�•ees that the City shall, until the expiration of three (3) years after final
payment und�r tlus Contract, have access to and the right to examine and photocapy any directly
pertinent boaks, docuinents, papers, and records oi such Subcontractor, in�+o�ing �ransactions to
th� subcontract, and further, that City shal� have access during R�gular Working Hours to all
CTTY OF FORT WORTH
SThNDARDCONSTRUCT[ON SPECIFICATION UOCUMENTS
Re�ision: &29211Z1
00 �z ao- i
GE[�lERALCONOITIONS
Page 35 of 63
Subcontractor facilities, and shall be pro�ided ac�equate and apprapriate work space in arder to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor r�asonable advance notice of intended audits.
C. Contractor and Su6eontfactox agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor fo�� the cost of the copies as follows at the rate pu6lished
in the Texas Administrative Code in effect as af �the tim.e copying is performed.
6.24 Nandisc�iminat�iora
A. The City is responsi6le %r operating Public Transportation Prograins and implementing t�•ansit-
related projec#s, which are funded 'm part wrth Federal financia.l assistance awarded l�y the U.S.
Depart�nent of Transpo�tation and the Fed�ral Transit Ad�ninistration (FTA), without
d�scrimina�ing against any person in the Un��d States on the basis of race, eolor, or national arigin,
B. Title VI Civil RightsAct of 196�4 as amended.• Cantractor shall cornply wiih the requirernents of
the Act and t�e Regulations as further defined in the Supplementa.ry C�nelit�ons for arry projecl:
receiving Fecleral assi�tance,
ARTICLE 7— �THER WORK AT THE SITE
7.01 Rerated Work atSite
A. Cit�r may perform other worlc related to the Project at the Site �ith City's employees, or other
City contractors, �r tht•augh other direct contracts therefor, or have ather worlc performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contcactor priar to starting any such oth�r woric; and
B. Contractor shall afford eacl� other contractor who is a party to such a dieecz contract, each utility
awner, and City, if City is performing otha�• work with City's ernployees or other City contractors,
praper and safe access to the Site, pravide a reasonable opportunity for th� m�t'oduction and stocage
of materials and equiprnent and the execution of such other woi•l�, and properly coo�•dinate tk�e
Vl�ork with theirs. Cnntractor sha�l do all cutting, fitting, and patching of the Wor[c that may be
required to properly connect o�• otherwise malce its sev�ral parts come togetYfer and properly
integra�e with such other work. Contractor shall not endanger any worlc of others b� cutting,
excavating, ar �thez�wise altering such worlc; provided, l�oweve�, that Contractar rriay cut or alter
otners' wro�k with the written consent af City and the athers whose vvork wil] be affected.
G If the proper execution or r�sults of any part of Conttactor's Work depends upon work performed
by others unc[er this Article 7, Contz�actor shall inspect such other worlc and promptly report to
Cit� 'v1 writing any delays, defects, ar deficiencies in such other warlc that zender it una�ailable
or unsuitable for the proper execution and resufts of Gontractor's Worlc. Contractor's failure to so
report will constitute an acceptance nf such other worlc as frt and proper for integration wrth
Contractor's Work except foe latent def�cts in the wotk provided by others.
C1TY Or T'pRT WORTH
STA]�DAI2DCONSTR[ICTTON SPEC[�'TClsT[DK DOGUMEIVTS
itevision: 823/i021
oo�aoa-�
GEN�RAL CQNDITlON S
Page 36 of G3
7.�2 COONL2'lYifxtl�Y�
A. If City intends ta contract wikh otk�ers for the perfarmance of other work on the Project at the
Site, the fallowing wilI be set forth in Supplementary Conditions:
I. the iridividua l or ent�ty who will have authority and responsibility for coordination of the
aetivities amang the various cantractors will be identified;
2, ihe specific rnatters to 6e covered by such authority and responsibility will be iternized; and
3. the extent af such autharity and responsibilities �vill be provided.
B. Unless otherwise provided ir� the Supplementary Candi�ions, City shal� have autharity far such
coordination.
ARTICLE S -- CXTY'S RESPONSIBILITIES
8.01 Comrraunications to Cont�actor
Except as otherwise �ror�ided it� the Supplerrientary Canditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the c�ata required under the Contract Documents.
8.03 Pc�y When Due
City shal{ make payrr�ents to Cantractor in accordance with Article 14.
8.Q4 La�ads and Easerrr-rents; Repo�ts and Tests
Gity's duties with respect to praviding lands and easements and pra�iding engineering surveys to
establish reference points are set forth ul Paragraphs 4.a1 and 4.05. Paragraph �4A2 refers to City'�
identifying and making available to Contractor cflpies of repor�s of exploraiions and tests of subsurface
conditions and drawings ofphysical conditions relatin.g ta existing surface or subsurface structures at
ar cantiguous to the Site thai have b�en utilized b� City in preparing the Contract Documents.
8.05 Clrange Orde�s
Gity shall execute Change Orders in accordance wi�h Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibiiity with respect to certain inspections, tests, and approvals is set for� ira Paragraph
I3.03.
C1TY OF rORT WORTH
STANDARiICONST1tUCTI�N SPEC[FICATCON DOCLfME1VTS
Idevision: 823iX121
oonoo-i
GENERALCDNtiITION S
Page 37 of 53
8.07 Limitations an City's Responsibilities
A. The City shaU not supervise, direct, or have cantrol or authority ave�•, nor be responsible for,
Contracfor's means, methods, techniques, sequences, or procedures of canst�uction, or the safety
precautions and programs incident thereto, or for any failLue af Contractor to cnrnply with La�s
and Regulations apg�icab� to the pez•farmance of the Work. City will not be respansible for
Contractor's iai�iue to perform the �+Iorlc it� aecordance wi�h the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph b. I4.
8.08 Undisclosed �Iazardous Envfro�rrrentcrl Condition
City's responsi6ility with respect ta an undisclased Hazardous Environmentaj Cnncfition is set forth
in Paragraph 4.Ob.
8.09 Cot�liance with Safety Pragpam
Wnile at the Site, City's etxiployees and repraserttatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragra�h 6.14.
ARTXCLE 9-- CITY'� OBSERVATION STATiTS DURING CONSTRUCTION
9.01 City'sProjeeiManager
City wi11 provide one or more Project Managet•{s) dl�ring the constructian period. The dkities and
responsibilities and the limi�ations of authority of City's Project Manage.r during construction are set
forl:h in the Contract Docutnents. The City's Praject Manager for th�s Canta•act is identif"ted in the
Supplerr�entary Conditions.
9.02 Vrsits to Sate
A. C'rty's Project Manager w�ll malce �isits to tlze Site at intervals appropriate ta the various stages
of construction as City deems necessary in arder to obs�rve �11e progress that has been made and
the qual�ty of the �ariaus aspects of Contracto�'s e�ecuted Wark. Based on infarrnation
abtain�ed during such visits and obser�ations, City's Project Manager will determine, in genet�al, if
the Worlc �s proceeding in accor�fance with tbe Gontract Documents. City's Project Manager wil!
not be required to mal�e ea�haustive or conti�uous inspections on the Si�e to ehecl� the Quality or
quantity af the Work, City's Peoject Manager's effot�ts will be directed towrard pr•oviding City a
greater degeee of confidence that the completed Work will canfo�zxa generally to the Contract
Docu.ments.
B. City's Project Manager's r�isit� and observations are subjeci to all the litnitations on authority and
responsibility in the Contract Documents includang those set forth in Paragraph
8.07.
CITY OF FOR`I' WOIt'TH
STANDARL7CON5TR[1CT16N SPEC[F1CAT[ON DOC[IMEi�TTS
Revision: 8J?3fJ.021
Qo7200-1
GENERAL CANDITION S
Page 38oF63
9.03 AuthorYzed variations ir� Wo�k
City's Project Manager may authorize minor variations in the Work from the requu•ements of the
Cont�•act Dacum�nts ruhich do not involve an adjustment in. tkie Contract Price or the Cantract Time
and are compatible with the design concept of th� completed Project as a functioning whale as
indicated by the Contract Doc�aments. These may be accor�plished by a Field Orcfer and wvill be
binding an Ci�y and also an Contrac�oc, who shall perform the Work inr+ol�ed promptly.
9.04 Rejecting Defective Wo�k
City vviil have autlzarity to rejeci Worlc which Ciry's Proj�ct Manager belie�es to be defeetive, or will
nat produc� a completed Praject that conforms to tk�e Cont�act Documents or that will prejudice t.�ie
iniegc�ity of the desi�tt concept of the completed Praject as a�unctioning whole as indicated by the
Contract Docuinents. Ci�y will haVe authority to canduct s�ecial inspection or testing of tJae Work as
provicied in Arizcle 13, whether or not the Wozk is fabricated, installed, or comp�eted.
9.05 Determinations for YYor�k Performed
Cont�actor wili determine the actual quantities and classif"ications of Work per�ormecf. City's Project
Manager wili review with Contractar the prelirr�inaiy determinations on such matters before rendering
a written cecomrnendation. City's writ�en dacision will be final {except as modified to reflect changed
facii�al conditions or more accurate data).
9.06 Decisions on Requarements ofContractDocuments arrd Acceptabilaty of Work
A. Ciiy wi� be the initial int�rpr�ter of the requiremer�ts of the Contract Documents and judge of tl�e
acceptabiliry of the Woark thereunder.
B. City wilf render a written decision on. any �ssue r�ferred.
C. City's �vritten decision on the issue referred will be fu1al and birtding an the Contractor, subject
to the provisions of Paragraph lO.Ob.
ARTICLE 10 — CHANGES IN THE WORK; CLAiMS; EXTRA WORK
IO.OL Authorized Cl2anges in ihe Wo�k
A. W it�►aut invalidating the Contract and nvithQut no�ice to any sUrety, Ciry may, at any tune o� from
time to tirne, order E�ra Work. Upon notice of such Extra Worl�, Cantracior snall pronnptly
proceed with the Work involved which will be pei�ormed under the applicabfe conditions oi the
Contract Documen�s (except as otherwi�se specifically pro�ided). Extr� Wark shall be
rr►erx�orialized by a Change Order which may or may n.ot precede an order of E�a woric.
B. For minar changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CiTYOF FORT WORTH
STANT)ARDCONSTRUCT[01� SPECI�[GATjON DOCUNfENT5
Revision: 8r?3aA21
ao�2oa-�
G�NERAI. CONDlTION S
Page 39 of 63
10.Q2 Unautharized Changes in the Wark
Contractor shall not be entitled to an increase iti tne Cantract Price a� an extension af the Cantcaci
Tinne with respeetto any wark pe��formed that is not required by t�ae Contract Doc�a��ents as amended,
modifed, or supp�emented as provided in I'aragraph 3,04, except i� the case of an e�a�ergency as
pro�ided in Paragraph 6.�7.
10.03 Execution o.f Change Ot°ders
A. City and Contractor s1�a11 �x�cute approp�iate Change Orders co�ering:
1. changes in ihe Work which are: {i) ordered by City purs�aantto Paragraph 10.O1.A, (u} required
because af aeceptance of defective Warlc under Paiagraph 13.08 or C�y's correctian of
d�fective Work unc�er Paragraph 13.09, or (iii} agx•eed to by the parties;
2. changes in the Contract Price or Contract Time which ar�e agreed to by the parties, inaluding
any undisputed sum ox amount of ti�ne for Work actually performed.
10.04 Extt�a Work
A. Should a difference arise as to what does ar does not canstitute Extra Work, or as to the paycnent
tl�ereof, ancithe City insists upon its performance, the Contractor shall proceed with the wo�•lc after
making written request for wriiCen ord�rs and shall �Ceep accurate account of the actual reasanable
cost therea£ Contract Claims regacding Extra Worlc shall be tt�ade pursuant to Paragraph 10.06.
B. The Cant�•actor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be iiecessary to enable the City to pr�epare far permanent record a
correeted set of plans shaw�ng the actual installation.
C. The compensation agreed upon for Extt'a Work whether or not initiated by a Change 4rder shall
be a full, complete and f�nal payment fni• all costs Contractor iticurs as a result or re[ating to the
change ar Ext�•a V47oric, whether said casts �re known, unknown, %reseen or unfareseen at that
time, including without limitation, any costs far delay, e�ended o�erhead, ripple or impact cost,
or any ather effect on changed or unchanged work as a result of the change or Extra Warlc.
10.05 NotificatiQ� ta Surety
If the pea�isions of any bond require notice to be given to a�urety of any cI�ange affecting the gene�•al
scopc of the Wof•1c or the pro�isions of the Cantract Dacuments (including, but nat limited ta,
Contract price or Contract Time}, the giving of any such notic� will be Cant�•actor's responsibiliiy.
The amount of each applicable band wi11 be adjusted by the Cantractoc to reflect the efFect of any
such change,
CITYOF �'OAT WORTH
STAiVBARDCONSTRUCT[ON SPEC[F1CA1'fON DOCUMENTS
12evisian: 8/73I1021
oo7aao-i
GENERAL CANDITION 5
Page 4Q af G3
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, excepi those waived pursuant to Paragraph
14.09, shall be referredto the City for decision. A decisian by City shall be required as a condition
precedent to arzy exereise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents ar by Laws and Regulations in �•espect of such Contraet Claims.
B. Natice:
1. Written notice stating ihe general nat�ire of each �ontract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of tlze event giving rise th�reto. The
responsibility to subst.�ntiate a Cantract Claim shal� rest vc�iih the party maIr�ng the Cant�aci
C�ai�n.
2. Notice of �he amauait or extent of the Contraci Claim, with supporling data shall be delivered
to the City on or before 4S days from the start of the �vent giving rise thereto (unless the Ciiy
allows additionaI time �or Contractor to submit additianal or more accurate data in support of
such Co�tract Cla�m}.
3. A Con�act Claim foz an adjustment in Cantract Price shall 6e prepared in accordanc� with
the prov�sions af Paragraph 12.01.
4. A Contract Claim far an adjustment ir� Co.ntract Time shall be prepared in accordance witb
the provisions of Paragraph L2.02.
S. Each Contract Claim shall be accarnpanied by Contractor's weitten statement that the
adjustmenfi claimed �s the entire adjustm.ent to which the Contractor be�ieves it is entztled as a
resul� af said event.
6. The City shall subnni� any response to the Contractor vvithin 30 days after receipt af the
claanar�t's lasi subtnittaI {�nless Contract allows additional time).
C. City's Actiora: Ciry will re�i�w each Contract Claim and,. rr�ithin 30 days af�er receipt of the last
subrnittal of the Con�ractor, if any, tak� one of the following actzons in w�•iCing:
I. deny ih� Coniract Claim in whole or in part,
2. approve the Contract Claim; or
3. notify the Contractar that the City is vnable to resolve the Contract C1aim if, in f,�e City's
sale discretion, it would ba i�appropria.te for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CIT Y OF FORT WORTH
5'CANDARDCONSTRUCT[ON SPECIFICAT[dN DOCl]ME1VT�
Revision: 82312{l�l
QO7200-I
GENERAL CQN� IT ION 5
Page 41 oF 63
D. City's r�vritten action undec �'aragraph 10.46.0 will be final and binding, unless City or
Gontractor involce tk�e dispute resolution pro.c.edure setfortl� � Article 16 �vithin 30 days of such
aciion or denia�.
E. No Contract Claim for an adjasiment in Contract Peice or Cant�act Tune will be valid if not
subrriitted in accordance with this Pa�a�•aph 10.06,
ARTICLE 1 i— CO�T OF THE WORK; ALLOWANCES; U1VIT PRTCE WORK; PLANS
QUANTITY MEASUREMENT
I1.01 Costof th� Work
A, Casts.Included: The term Cost of the Worlc nr�eans the sum nf all costs, except tlaose exclud�d in
Pa�°agx•aph I 1.O1.B, necessarily incurred and paid by Contractor in the proper pex•formance of the
Worlc. When ihe vaIue of any Wark covered by a Change Order, the costs to be reirnbursed to
Contractor will be only thase additional or ineremental casts required because of the change i�1 the
Wor1c, Such costs shall nat include any oi the costs ztemized in Paragraph 11.O1.B, and sha[I
include but not be limited to i:he foI�owing items:
1. Paytoll costs for emplayees u� the direct eir►plo� of Contractor in the performance of ihe
Worlc under schedu[es of job classifications agreed upon by City and Contractor. Such
employe�s shal[ include, without Gtnitaiian, superintendents, foreanen, and othet� personnel
emplayed fiil[ time an the Woric. Payroll cos�s for emplayees not einployed full time on the
Worlc shall be apparkioned on the basis o� their time spent on the WorIc. Payroll costs shall
include;
a. sa�aries uvith a SS% macicup, or
b. salaries and r�ages plus the cost of fringe benefiis, which shall include social security
cont�ibutions, unemployment, excis�, and payroll ta�es, warkers' coinpensatinn, health
and reiirement benefits, bonuses, sicic leave, vacation and ho�iday pay applicable theret�,
The expenses of perforrning Wc�rk outside af Regalar Worlting Hoat•s, Weelcend
Work�n� Hours, or legal holidays, shall be ic�cluded in the a�ova to the extent authorized
�y c�ry.
2. Cast of alI materials and equipment furnished and ir�corporated in the Wo�k, including costs
of transpartation and storage thereof, and Suppliers' field services requu•ed in cannection
ther�with.
3. Rentals of al[ construction equiprnent and machin�ery, and the parts thereof whethex rented
from Con:tx°actor or others in accardance w�th t•ental agreements appzoved �y City, and the
costs of transportat[on, loadicxg, unloading, as�embly, dismantling, and remova� therenf. AlI
such cosis shall be in accordance wrth the terms of' said rental agree.zr�ents. The rental of any
such equipment, machinery, or parts shall cease when the use theeeof is na langee necessary
for the Work.
CITY qF FQRT WORTH
S:TANDAItDC0IVS7'RUCT1aN SPECIFICATION 17dCUMENTS
12e�ision: 82312Q21
flo7aon-i
GENERALCQN�fTI01V5
Page 42.of 63
�}. Payrrients made by Contractor to Subcontractars for Wark performed by Su�contractors. If
required by Cily, Can�ractor shall obtain competi�i�e bids firom subcontractors acceptable to
Ciry and �Coniractor and shall deliver such bids to City, who will then determine, which bids,
ii any, r�vill be acceptable. If any subcot�tt'act provides that the Subcon�ractor is ta be paid on
the basis of Cost of �he V4�ork pius a fee, the Subcor�tractor's Cost of the Work and �ee shall
be deterix�:iaed i� the same manner as Contractor's Cast of the Work and fee as provided in
this Paragraph 11.01.
S. Costs oi special consulta.nts (iracluding but nat limited to engineers, architects, testir►g
laboratories, surveyors, attorneys, and accountants} employed for services specifica�ly relaied
to the Work.
b. Supplemen�! costs including the foliowing:
a. The proportion of necessary ttansportation, tra�el, and subsi�tence expenses of
Contraetar's employees incutred ir� discharge of duties conneoted with the Warlc.
b. C�st� including transportation and maintenance, ot' all materials, supplies, equipmen�,
maohinery, appliances, office, and temparary facilities at the Site, and hand tools not
ovvned by the worl�ers, which are consumed i� the perfort�r�ance of the Work, a�d cost, less
market �aIue, of such items used but not eonsumed which remazn �he property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Coi�tractor is liable not covered under Paragraph 6.11, as imposeri by Laws and
Regulations.
d. Depos�� lost for causes other than negligence of Contractar, any Subcontractor, ar
anyone dieeetly or iridirectly ernployed by any of thern ar far whase acts any of them may
he liable, and royahy payments and �ees for permi�s and licenses.
e. Loss�s and damages (and related expenses) caused by damage to the '1rl�arlc, not
comper�sated by itisurance or oiherwise, sustained by Cont�actor in conneciion with t.�e
performance of the Work, pro�vided suci� losses and dannages have resulted from causes
other than the negligence of Contractnr, any Subcontractor, or anyorze directly ar indirectly
employ�d 6y any o� ihem or for whase acts any of th�m may be liable. Such bsses shall
include settlements made with the written consent and approval of City. No such losses,
darna�es, anc� expenses shall be included 'm the Cost of the Work f�r the purpose of
deter�nulir�g Contractor's fee.
£ The cost of utilities, fuel, and sanitazy facili�ies at the Site.
�. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and cQurier services, and similar petty cash
items in caru�ection vvi�h the Warl�.
CITYOF FQRT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION 170CUMENTS
F2evision: 8�T3IL;121
�072Qfl-1
GENERAL CON�IT ION S
Paga 43 nf 63
h. The costs of premiums fox aU bonds and instu•ance Contractor is raquired by the Contra�t
Dqcuments to purchase and i�naintain.
B. Costs Excluded: The term Cost of the Work si�ali no� include any af tk�e fallowing items:
Payroll costs and other compensation of C�ntractar's of�cers, e�ecuti�ves, principals (of
partnerships and sole proprietorships), general managers, safety manag�rs, engin�ers,
architects, estimafiars, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel empioyed by Contractor, whether at the
Site or in Contractor's principal or �ranch office for general ad�ninistration of the �ork and
not specificall� included 'm the agreed upon schedule af job classificaiioils referred to in
Paragraph l IAI.A.I or specifically covered by Paiagraph ] 1.O1.A.4, all of which are to be
considered adminrstrative costs eovered by the Contractor's fee.
2. Expens�s of C�ntractot's pri�cipal and btat�ch of�ces oi:her than Contracto�'s office at the
Site.
3, Any pax�t of Coniractor's capiYal expenses, �ncluding interest on Contractor's capital
employec� for the Wor�C and cY�arges against Contractor for delinq�ent payments.
4. Cosls due to the negl[gence af Contractor, any Subcontractor, or anyone direcily ot• iriciuectly
employed by any of them or for whose acfis any of them may be liable, mcluding but noi
limited to, the correction of defective Worl�, disposal o�' mat�rials or equiprnent wrongly
suppl�ed, and mal�ing good any damage to properry.
S. Oth.er o�erhead or general expensa costs af any lcind.
C, Contractor's Fee: Vdhen all th� Work is performed on the basis of cost-plus, Contt•actor's f�e
shall be deterrnined as set forth in the Agree.i�nent. When the valu� of any Work covered by a
Change Order for an adjustment in Cantract �'rice is determined on th� bas�s of Cost of the
Worlc, Contractor's fee shall be determined as set forth in Paragraph 12.OLC.
D. Docu�rentatian: Whene�ex• the Cost of the Worlc far an� purpose i� to 6e determined p�suant to
Paragraphs 11.01.A and I1.O1.B, Cont�actor will establish and maintain t•ecords thereof in
accordance with generally aceepied accounting practices and submit in a farm acceptable ta City
an itemized cast breakdown tp�ether with supporking data.
11.D2 Allowances
A. SpecifiedAllowance: It is understoad that Contractor has included in the Coiltract Price all
allowances sa named in the Contract Documents and shall cause the Work sa cavered to be
perFarmed far such sums and by such persons or eniities as may be acceptable to City.
B. Pre-bidAZlowances:
I , Contractor agrees that:
CiTYOP FORT WdRTH
STANDARDCONSTRllCTION SPECIFICA7'ION DOCUM�N'I'S
Revision: 82i/�721
ao �a no - a
GENERAL CAN�1Tl�N 5
Page 44 of 63
a. the pre�bid allowances include the castto Contractor of mat�rials and eyuipmer�t requi�ed
by the allowanees to be deliverec( at the Site, and all appGcable taxes; and
b. Contractar's costs far unloac�ing and handling on th� Si�e, labor, installation, overhead,
prafit, and other �xpenses cantemplated far the pre-bid allovvances ha�e been included fn
the allowances, and no demand for addfional paycnent on account of any of the
%regoing will be �alid.
C. ContingencyAlla�vance: Contractor ag�ees that a contir�gency allovvance, if any, is for ihe sol� use
af City.
D. Prior to final payment, at� apprapriate Change Order will be issued to refleet actual amounts due
Contractor on aecount of Work covered by allowartces, and the Contract Price shall h�
correspondingly adjusted.
Ii,03 UnitP�ice Wor�k
A. Where the Contract Documents provicie that all or part of the Work is to be Urut Price Wark,
iniiia�ly the Cor►tract Frice wilI be deemed. to include for all Unit Pcice Worl{ an amount ec�ual to
the sum of the unit price far eachsepat•ately ident�'ied item of Unit Price Work times the estimated
quantiry of each item as indicated in the Agreement.
B. The estimated quantities of itei�ns of Unit Price Work are not guaranteed and are soleIy far the
purpose of comparison of Bids and determining an instial Cantract Price. Detetxninations of the
actual quantities and classifications of Unit Price Vi�ark performed by Contraetor will be made by
City sub3ect to the provisions of Paragraph 9.a5.
C. Each unit price will 6e deemed to inc�ude an amaunt considered by Gontractor ta be adequate to
cover Contractar•'s overhead and pt�ofit for each separate�y identif'ied it�m. Work described iri tne
Contract Documents, ar reasonably inferred as requued far a funckionally complete installation,
but not identif'ied in the listing af unrt price �ems shall be considered incidental td unit price work
listed and the cost of incidental worlc inclucieci as part of the unit price.
D, City may make an adjustment in the Conteact Price in accardance with Paragraph I2.01 �:
I. the quantity af any item of Unit Price Work performed by Contractar dif%rs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment vvith respectto any other item of Worlc.
E. Increa.sec� or Decr�eased Quantiiaes: The City reserves the right to arder Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change �he character of
work under the Cor�iract Documents, the altered worlc will be paid for at the Contract unit
price,
CITY OP FORT WORTfi
STANDARDCONSTRUCTEpN SPEC[FICATIQN DOCUMENTS
Revision: 81?3Il(12l
00 �z oo - i
GE�fERALCON�ITIQNS
Page 45 of 63
2. If the changes in quantities or a�terations significanily change the cnaracter af work, the
Cont�aci will b� ainended by a Change Order,
3, If no unit prices e��st, this will be considered Extra Worlc and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in Yhe character of work occurs vsrhen:
a. the character ofworlc for any Item as altered di�Fers materially ic-► lancf or nature from t�at
in the Contcact or
h. a Maj�r Item afwoz�l� va�•ies by mote thaii 25% ft•om the original Gontract quantity.
When �he quantity of work to be done undez• any Major Item of the Contract is more than
12S°/o of the original quantity stated in the Contract, then �ither party to the Contract may
requesi an adjustment ta the unit price on the pot�ian of the work that is above 125%.
6. When the c�uantity af work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in �e Contract, then either party to the Contract may request
an adjusiment ta the unit price,
l 1.a4 PZans Quantity Measurement
A. Plans quantities rnay or may not r'epresentihe e�act quantity of work periarmed ar material moved,
handled, or placed dueing the execution of the Contract. The estur�ated bid quantities are
designated as �inal payment quantities, unless rer�ised by fihe governin.g Section or this Article.
B. If ihe quantity measured as outlined under "Price and Payment Pracedures" varies by more than
25% (ar as stipulated under "Pcice and Payment Procedures" for specific Items) from the total
estimated quantity for an �ndividual Item ariginal�y shown in the Contraat Docurz�ents, an
adjustment rr�ay be made to the t�uantity af aufhot ized wark done for payment purposes. The party�
to the Contract requesting the adjustment will provide �eld measure�nents and calculatinns
showing the final quantity for which payment will be mad�. Payinent for revised quantit� will 6e
made at ihe unit price bid for that Ttem, excepi as provided f�r in A�rticle l�.
C. When quanti�ies are revised by a change in design appraved by the City, by Change Order, oz- to
carrectan error, or to correct an error on the plans, the plans quantity wilI be increasedo� decreased
by the amount in�+oived in the change, and the 25°�o variance vvill apply to the ne�u plans quantily.
D. If the total Coniract quantity multiplied by tl�e canit piice bid fi�r an individual Item is Iess than
$250 and the Item is not originally a plans qUantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to f� the final quantity as a plans quantity.
CIT Y OP C ORT WqRTH
ST11A11]AI2DCONSTRUCT[OIV SPEC[FiCATION DOCT_fMEA1T5
Revision: 8�232D21
4R7200-1
GENERAL CQN�ITION 5
Page 45 of 63
E. For eallout work or non-site speciiic Con�racts, the plans quantity measur�ment requirements are
not a:pplicable.
ARTICL� 12 — CHANGE OF CONTRACT PRICE, CHANGE OF CONTRACT TIME
I2.01 Change af Cont�act PYice
A. The Coniract Price inay anly be changed by a Change Order.
B. The �alue of any Worlc co�ered by a Change Order will be determined as follows:
1. where the Work ic�volved is covered by unh prices contairied in tl�e Contract Documents, by
applieation af such unit prices to the quanti�ies of the �tems involved {sub3ect to the pro�isions
of �'aragraph 11.03); or
2. where the Work involved is not co�ered by unit prices contained irr the Contract Documents,
� by a mutually agreed lump sum or unit price {whicl� may inelude an allowance �'ar overhead
and proft not necessarily in accordance with Paragraph j 2AI.C.2), and shaA incIude the cost
of any secondary impacts that are fareseeable at tk�e time aF pricing the eost of E�ctra W ork;
or
3. where the Work involved is not cavered by ur�rt prices contained i� �he Contcact Documents
and agreement to a lump siun ar unit p►•ice is not reached under Paragraph 12,O1.B.2, on the
basis of the Cast of the Work {determined as provided in Paragraph I 1 A1) plus a Contractor's
fee for overhead and praiit (d�termined as provided in Paragraph 12.O1.C).
C. Contracto�'s Fee: The Contracto�•'s additional fee for overhead and profit shall be determined as
follows :
1. a mutually acceptable fixed %e; ox
2. if a f�ed fee is not agreed upon, ther� a t'ee bas�d on the following percentages ofthe �various
pox•tions of the Cost of the Work:
a. for cos#s incurred und�r Paragraphs L1.O1.A.1, 11,O1.A.2. and 11.DI.A3, the
Contractor's addiEional fee shaII be 15 �ercent except for:
I} rental fees �ar Cantractor's ou+n equipnr�ent using standard rental rates;
2) bonds and irisurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.DI.A.S, the Cantractor's fee shall be
fiVe percet�i (5%);
1) where one or more tiers of subcantracts are an the basis of Cost of t�e Worlc �lus a
fee and na f�ed fee is agreed upan, the ir�tent of Paragraphs 12.O1.C.2.a and
12.OL.C.Z.b �s that t�ie Subcontractor who actually performs the Work, ai whatever
C1TY O�' FOR7' WORTH
STAMllARDCONSTRt7C7'ION SPEC[FICATION DOClIMEN'FS
Re�isian: R2�f
i70 72 00 - I
G�NERALCON�ITIONS
Page 47 of 63
tiet, wID be paid a fee of 15 percent nf the costs incurred by such Subcontractor under
Paragraph� l I.O1.A.1 and L 1.D1.A.2 and that any higher tier Subcontraetar and
Cont�•actor will each ba paid a fee of five percent {5°/o) of th� amount paid to the nexi
lower tier Subcontractor, however in na case shal[ the curriulative �atal of fees paicf be
it1 excess of 25%;
c. no �ee shatl be payable on the basis of costs itemized under Pat�agraphs 11.O1.A.G, and
11.4I.B;
d. the ambunt of cz�edit to be allowed by Contracto� to City for any change which results in
a ne� decrease in cost will be the amount afthe actual nei decrease in cost plus a deduction
in Contractor's fee b� an amount equal to five percent {5%) of such net decrease.
12.02 Change af Cont�act Tirne
A, The Contract Time may only be changed by a Change Ordec•.
B. No eact�nsion of the Contract Time �vill be allowed for Extra �+Iork or for c[�imed delay unIess the
Extra Work contennplated or claitned delay is shown to be on the ccitical path of the Project
Schedule ar Contractoi• can show by Critical PatI� Method analysis how the Extra Worlc or c�aimed
delay ad�ersely affects the critical path,
12.03 Delays
A. Where Contractor is eeasonabIy delayed in the perfarmance or cornpletian t�f any part of the
Work within the Contract Tune due to delay b�yand the contc�ol of Contractor, the Contract Time
rnay be extended iun an amount equal to the time lost due to such delay iF a Contract Claitxt is made
th�refor. Delays beyond the control of Contractor shall include, but not be limited ta, acts or
neglect by City, acts or negIect of utility awners or other crn�tractors perforrning othe� wor.k as
cantempla.ted by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
SLich an adjustment shall be Contractot•'s sole and ea�clusive remedy for the de9ays descril�ed in
this Paragraph.
B, If Contractar is delayed, Ciry shall not be Iiable ta Contcactar for any claims, costs, losses, or
damages (including but r�at limi�ed to au fees and charges of engine�rs, architects, attorneys, and
other pcofessionals and all court or arbitration or ather dispute resolut�on casts} sustained by
Cantcactor on or in connectian wikh any other project or anticipated project.
C. Contractar sliall not be entitled to an adjusiment in Cantraet Price or Contract Time �or delays
within the cantral of Cont�•actor. Delays attributable to and within the cnntrol of a Subconteactor
or Supplier shall be deemed to be delays v�ithin the confeol of Contractor.
D. The Cantractor shall recei�� no cflmpensation for delays or hindrances to the Work, e�cept wl�en
ttu•ect and unavoidable e�ra cost ta the Contractor is �aus�d by the failure of the City ta provide
informa�ion or rnaterial, if any, which is to be furnis�ied by the City,
CITYOF FORT WORTI�I
STANDA�DCONSTRUCT10iV SPECIPICATIflN DOCCIMENT5
Revisian: 8�13I202L
00 72 00 -1
GENERAL COND IT ION S
P�e 48 af 63
ARTZCLE 13 — TESTS AND INSPECTIONS; CU�2RECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Na�ice af all defective VVork of which City has actual lrnowledge will be given to Contractor.
De Fective Warlc rnay be rejected, corrected, or accepted as pro�ided in this Article 13.
13.a2 Access to �ork
Ciry, independent testing laborato�•ies, and govetnmental agencies with jurisdictional interests will
ha�e access to tlze Site and the Work at reasonable tinnes far theu• observation, u�spection, and testi�g.
Cantractor shali pro�ide them proper and saf� conditians for such access and adv�i�e ihem of
Cor�ractor's safety pracedures and progr•ams so that they may comply thex•ewith as appIieable.
13.03 Tests and Inspectio�s
A. Cantracto� shall give City iimely notice of readiness of the Wor•lc for all required inspections,
tests, or approvaIs and s�hall cooperate wit� inspection and testing personnel to �aei�itate required
inspections ar t�sts.
B. If Contract Documents, Laws or Regulations af any public body having jurisdiction req�ire any
of the Work (or part thereofl to be inspected, tested, or approved, Coniractor shall assurne ful�
responsibility for arranging and obtainmg such independent inspections, tesis, retesis or appro�vals,
pay all costs in connection iherewith, and furnish City the requued eerti�'�cates of i�spection or
approval; excepiing, ha�wever, those fees �pecifcally identified in the Supplementary Conditians
or any Texas Department af Licensure and Regulation (TDLR) inspections, which shall be paicf as
ciescribed in the Supplementary Conditi�ns.
C. Con�r�ctor shall be responsible for arranging and obtaining and shall pay a�l costs in connectian
with any iinspections, tests, r�-tests, or approvals reyuired �ar City's accaptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, rr� designs, or equipment
submitted for approval prior ta Contractar's purci�ase thereof for itacorporation in �h� Work.
Such i�spections, tests, ee-tests, or approvals shall be pei�iar�ned by organizations acceptable ta
City.
D. City rna�y arrange for the services of an �ndependent testing laboratory ("Testing Lab") to
perforrn any inspections or tests ("Testing"} for any pat� of ihe Work, as determinec� solely by
City.
1. City will coordinate such Testing to tfi� extent passible, w�th Confiactor;
2. Should any Testing under this Seetion 13.03 D rasi�h in a"fail", "did nat pass" a� other
similar negative result, the Contractor ahall be res�onsible for paying for any and al� retests.
Contracfor's cancellation without cause af City initiated Testing shall 6e deemed a negative
result and requiure a retest,
C�"['Y OF FORT WORTH
STANDARDCONSTRUCTION SP�CIFICAZ'IQN DQCi]MENTS
Revision: 8�23I20LI
�07204-I
GENERAL OON�7ITION S
Page 49 oi G3
3. Any amounts ow�d far any retest under this Section 13.03 D shall be paid d'u•ectly to the
Testing Lab by Cnntractor. City will foeward all in�oices for retests to Cantractor.
4. If Contractor faiLs to pay the Testing Lab, City will noi issue Fina� Payrzient until the Testing
Lab is paid.
E. If an.y Work (or the work of oth�rs) that is ta be inspected, tesied, or app�•oved is cov�red by
Contractor without writ�en concurrence of City, Con�tactor shall, if requested by City, uncaver
such Worlc foc observation.
F. Uncovering Work as prQvided in Paragz•aph 13.03.E snall bc at Cantractar's expense.
G. Contractor sha�l have the right to mal�e a Contraet Claim regarding any retesi ar iinvoice �ssued
wider Section I3.03 D.
13.Qq� Uncovering Work
A. Tf ar�y Work is cnvered contrary to the Contxa.ct DQcuments or specific instructions by the Czty, it
must, if reyuested by City, be uncover�d for City's observation and replaced at Cantractar's
expense.
B. If City conside.rs it necessary or ad�visablc that cavered Work be. observed by City or inspected or
tested by athers, Conteactor, at Ciry's request, shall unca�er, expose, or otherwisa make available
fot observation, inspection, or testing as City may t•equire, thai portian of the WorIc in question,
�ucnishu�g all necessaty labor, rr�aterial, and equipment.
If it is found that the uncovered Woz•lc is defective, Contractor shall pay all clainns, costs,
losses, and damages (includir�g but not limited to all %es and charges of engineers, architects,
attorneys, and other p�•ofessionals and all co��rt or other drspute resolution costs) arising out af
or relating to such uncovering, exposure, observation, inspeetion, and testing, and oF
satisfactory replacement or recons�ruction (ineluding l�ut not limited to aIl costs of repair or
replacement of work of others); ar City shall be entitled to accept def�cti�e Work in accor•dance
with Parageaph I3.08 in which case Contractor shall still be respansibie for all casts associated
with e�posirlg, observing, and test�g the defectir�e Worlc.
2. If the unco�ered �Iorlc is not i'ound ta be defective, Contractor slaaLl be allowed an iricrease
in the ContractPriceor anextension qfthe Contt�etTime, or both, directly at�ribUtable to such
uncovering, exposure, obs�rvation, inspection, testulg, replaeement, and reconstruction,
13.05 City May Stop the Work
[f the Worlc is defective, or Contractor faiL� to supply sufFicient skilled worke�•s ar suitable materials
or equipment� or fails ta perfarm the �ork in such a way that the eompleted Work will confarm to
the Contd•act Dacuments, City may order Contractor to stop the Worlc, or any portion thereo�, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any dtity on the pat� of City to exercise this right for the benefit of Contractor, any
CETY pF FORT WORTH
STANDARDCONS'fR[1C71ON SPGCIP[CATI01� DOCUMENTS
Reuision: 823f102I
ao�zoa-i
GENERAL. CONpI710N 5
Pa�e 50 of 63
Subcontractar, any Supplier, any other individual or entity, ar any surety for, or employee or ag�nt of
any of thein.
I3.Ob Correction or^Remaval ofDefective Work
A. Prorr�ptly after receipt of r�vritien notice, Contractor shail correct al� defective Worlc pursUant to
an acceptable schedule, whether ar not fabricat�d, insialled, or comp�eted, or, � the Wor�{ has been
refected by City, remove it from tke Project and replace it with Wark thaC is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to aA fees and charges of engineers, archikects, attorneys, and ather professianals and all
court or arhi�ration ar okhe�• ciispute resolu�ion cos�s) ari�ing aut of o�• telating to such cor.reetion
or removal (includirtg but not limited ta aIl cos�s of repaic or rep�acernent of work of others).
Failure to require the rernoval of any defect�e Work shal� nnt constitute acceptance ofsuch Wark.
B. When correcting defective Work under the tertns af �his 1'aragraph 13.�Qb or Paragraph 13.07,
Contractor sl�all take na action thai would void or otherwise impair City's special warrc•anty and
guarantee, if any, on said Worlc. �
13.Q7 Car�ection Period
A. If within two (2) yeacs after tke date of Final Acceptance (or such longer period of tu�ne as may be
prescribed by the terrns of any applicable special guarantee required by the ContractDocuments),
any Work is fo�nd to be defecti�e, or if the repair of any damages to the land or areas made
a�ailahle far Contractor's use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is faund to be def�eti�ve, Contractor shall promptly, without eostto City and iri
accordance wi�h City's written instructions:
I. repair such defective land or areas; or
2. cnrrect such defective Worlt; ar
3. if t�e defective Work has been rejected by City, remo�e it from the Pro�ect and repl�ce it
wit�h Work tha.t is npt defective, and
4. satisfaciorily correct or repair or t•emave and repk�ce any damage to other Work, to the worlc
of others ar other land ar areas resulting tUerefrarn.
B. If Contractor does not promptly comply with the terms of City's written instructions, ar in an
emergency where delay woiild cause serious risk of loss or damage, City may have the defe�tive
Wor�C eorrected or repaired or may have th� rejecied Worl� remaved and replaced. All clairns,
costs, losses, and damages (including but not limited to all fee� and chatges o� engineers,
architects; attorneys, and otner professionals and a�l court or other dispute resolution costs) arising
out of or re�at�ng to such correction ar repair or such removal and replacement (in.cluding but not
limited to all costs of eepair or replacement af work of others) wili be pa'rd by Confi�actar.
CTf`Y OF F�RT WOATH
S7'A�TDARDCONSTRllC'f10N SPEGIFCCATION DOCiIMENTS
Re�+ision: $I2312Q21
oo�zoa-i
GE3VERAL CONfl ITION S
Page 5] oP63
C. In speci�a.l circumstances r�vhere a particular iterr► of equipment is placed iri continuous se�•vice
befaze Finai Acceptance of all the Wark, the correction periad fat• that item �nay startto run from
an earlier date if so provrdecf ir� the Contract Documents.
D. Vdhe��e defectNe Woi°k (and damage to other 1�1ork resulting fherefrom) has been corrected or
removed and replaced under this Paragraph 13.07, 1:he coxrection period hereunder with respect
to such Work �x�ay be required to be extended far an add�tional period of one year after the end of
the initial correc�ion period. City shall provide 30 days wrirten notice to Conteactor should such
additional warranty coverage be required. Cont�actor may dispute this requu-ement by filing a
Con�t�ci Claim, pursuant io Paragraph 10.�6.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligaiion or
warranty. The pravi�ions of this Paragraph 13.07 shall nflt be construed as a substitute for, o�° a
wairrer of, tk�e provisions of any applicable statute of lin�itation or repQse.
13.Q8 Acceptance ofDef�ctive Work
If, instead of requieing correction ar rerz�aval and replacement oi defective Wor[c, City prefers to
aceepi it, City may do so. Cont�actor shall pay all claims, costs, losses, and damages (including but
not limited ta all fees and chargss of er�gineers, architects, attoeneys, and other professionals and alI
caurt or other dispute reso�ution costs) attributa6le to City's evaluation of and deterrriination to accept
such defective �ork and for the c�iminished �alue of the Worl� to the ext�nt not otherwise pazd by
Cantractor. If any such acceptance occ�ars priat� to �'inal Acceptance, a Change Order wilf be issued
incorporating the necessaiy i�evisions in the Cantract Documents with respect to t�e Worlc, and City
shall ba entrtled to an appropriate decrease in the Cantract I'rice, reflecting the diminished value o�
Work so accepted.
13A9 CityMayCorrectDef�ctfve Wo�k
A. If Contractor fails within a reasanable time after written notic� from City to correct defective
Wark, or to remove and replace rejected Wo�•k as required �y Ciiy in accordance �vith Paragraph
13.06,A, or if' Contracior iails to perfo�•rzi the Work in accordance with the Con.tract D�cuments,
or if Contractor fails to compiy with any other provision of the Contract Documents, Cit� may,
after seven {'� days written notice to Contractor, carrect, ar rerrxedy any such de�ciency.
B. In eXercising t�e rights and remedies under this Paragraph 13,09, Ciry shall proceed
expeditiously. In connection r�vith such corrective or rernedial aetion, City may exclude Contrractor
from all or part of the Site, talce possession of all ar part af the Wark and suspend Contractor's
services relat�d thereto, and incorporate in the Work all materials and equipnneni �ncorporated in
the Worl�, storecf at the Site or for which City has paid Contractor tauf whieh are stored else�vhere.
Con�ractor sl�all allow City, Ciry's representaiives, agents, consUltants, employees, and City's
other contractors, access to ihe Site io �nable City L-o exercise the rights and remedies under this
Paragraph.
C. All claims, c�osts, losses, and damages (including but not limited to all fees and charges of
engin�ers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OT PORT WORTH
STANDARDCONS7&UCT[ON SPECICICATIOM DpCUMGI�iTS
Aev i s i a n: 8�23/XJ'1.l
00 �z ao - i
GENERAL CflNdITkON S
Paga 52 oF 63
costs) incLured nr sustained by City in e�ercising the rights and remedies under ti�is Paragrap4�
13.09 will be charged against C�nt�•acior, and a Change Order w�I be issued incorporating the
necessaryrevisions in tl3e Contract Documents with respectto the Wark; and Ciry shall be entitled
to an appropriate decrease in the Contract Price.
D. Co.ntractor shall not
performan:ce of the
Paragraph 13.09.
be allowed an extension of the Cont�act Time because of any delay in the
Work attributable to the exercise of City's righfis and remedies undar tl�is
ARTICLE �4 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.OI Schedule of Yalues
The Schedule of Values for lump sum cont�acts established as pro�ided in �aragraph 2.07 will serve
as th.e basis for progress payments and wilI be incorporated irita a farm af Appiicatian for Payrraez�
acceptable to Ciity. 1'rogress paymen�s on account of Unit Price Work will be E�ased on the r►umber of
units complet�d.
14.02 Prog�ess Payments
A. ApplicataartsforPayrnents:
1. Contraetor is responsi��e for pro�riding all information as ret�uired to becoine a vendor of the
City.
2. At least 24 days before the date established in the General Requirements for each progress
payrnent, Contractor sha11 submit to City for ceview an Appfica�ion for Pa�nei�t filled out and
signed by Contractor covering the Work cnrnpleted as of the date of the Application and
accompani�d by such suppoieting docutnentation as is required by the Contract Docurnents.
If payment is requested on ti�e basis of material� and equipment not incorporated in the Work
but delivered and suitably stared at the Site nr at anothee location agreed to ir� wri�ing, the
Applieation for Paymezat shall alsa be accompanied by a bill of sale, invaice, or other
dacumentatinn warrant�ng that Ciry has received tk�e materiais and equipment free and clear af
all Liens and evidence that the materiaJs and equipment are covered by appropriate insurance
or other arr�angerr�ents to protect City's interest therein, all of which musi be satisfactory to
City.
4. Beginnijig with the secand Application for Payment, eachApplicatibn shal! include an affidavit
of Cont�actar stating that previnus pragress pay�rnent� rece�ve.d on accaunt of the VVorlc have
been applied on account to discharge Con�ractor's le�itimate obligat�oz� associated wi�h prior
Applications for Payment.
S. Tlae amount af retainage with respect to prog,ress payrnents w�ll be as desc�•ibed in
subsection C. unless otherwise stipulated in the Contract Documents.
CTTY OF FdRT WqRTIi
STAI�DARDCON5TRUC'CION SPECIFICATIfJN DOCU3vIENT5
Revisiun: 8�13I2021
oa72oo-i
GENERALCONoITIONS
Page S3 of G3
B. Review afApplications:
l. City will, after receipt af each �.pplication for Payment, ei�l�er uldicate in vvri�ing a
recom�nendation af payment or returr� the Application to Contractar indicating reasons for
refusuag payment. In the latter case, Contractor inay malce the necessary correctians and
resubmit the Application.
2. City's proc�ssing of any payment requested in an AppIication far Payment will be based on
City's observations of the executed Work, and on City's re�ie�v of the Application for Payrnent
and the accompanying daia ancf schedules, that to the best af City's knowledge:
a. the 'L�lork has progressed to the point indi�cated;
b. the quality of the Work is generally in accorda�ce with the Contract Documents (subject
to an e�aluation oi the Wark as a functioning whole prior to or upon Final Acceptance, the
results o� any subsequetat tests called for in the Coniract Documents, a final determination
of quantities and ctass.ifications for Worlc pet�formed under- �'aragraph 9.05, and any other
qualificatians stated in the recommendation}.
3. Processing any such payment will not thereby be deezxied to have repr�sented that:
a. inspections made to check the quality or the ��aantity of the Work as it ha s been pe� for��ed
have been �xhaus�ive, extended to every aspect of the Work in pragress, or in�olved
detailed inspections of the Work beyond the responsibilities specifically assigned ta City
in the Contract Documents; or
b. there rnay not be other tnatters or issues between the parties that might ent�ile Contractor
to �ie paid additionally by City or entitle City to withhold payment to Contractor; or
c. Conteactor has complicd with Laws and Regulatzons applicable tn Con�ractor's performance
of the Work.
4. City may retuse to process the whole or any parC of any payment beeause of subsequently
discovered e�idence ar the c�esults of subsequent inspections ar tests, and xevise or revoke
any such payment previously made, to such extent as may be necessary ta protect Ciry from
lass because:
a. the Work is defeetive or completed Wo�•lc has been damagec! by the Cantractor or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained ir� previous applicatians fox payment;
c. the Cantf•act 1'rice f�as been reduced by Change Qrders;
d. City has been required tc� correct ciefec�ive Wark or complete Work in accordance with
�'aragraph 13.09; or
CITY OF FORT WQRTH
STANDARDCQNSl'RUCTiON SPEC[FICAT[ON L10CUMEH'CS
12evision: SfL3fX�1
00�2oo-i
GENERALC4NDITIONS
Page 54 oP G3
e. City has actual knowledge af the occurrence of any oithe events enumerated ir�
Paragraph 15.02.A.
C. Retainage:
1. . For contracts
(10%).
less ihan $400,000 at t�e time of executian, retainage sha�l be ten percent
2. For contracts greatex than $404,OpD at the time of execution, retainage shall be five percent
(S%}.
D. Liq�idated Damages. For each calendar day that any work shali remain ur�eornpleteci after the
iime speci#"ied in f11e Conteact Documents, the sum per day specif�ed in the Agreement will be
assessed against the inonies due th� Contractor, not as a penalty, but as dainages suffered by the
City.
E. �ayment.• Contractor will be Qaid pursuant to the requiurements oF this Article 14 and payme�nt
will become due in accordance with the Contract Docum�nts.
F. Reduction an I'ayment:
1. Gity may arefuse ta make payment of the amount rec{uested because:
a. Liens have been �Ied in connection wit�i the Work, exceptwhere Contractor has delivered
a specific bonc� satisfactory to City to secure the satisfaction and daseharge of such Liens;
b. there are other items entitling City to a set-aff against the amc�unt recorrunended; or
c. City has actuaI Icnowledge of the occurrence of any �f the events enumerated in
Paragraphs 14.�2.B.4.a thraugh 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the arnount requested, City will give Cont�actor written
noiice stating the reasons for sucn aetion and pay Contractor any amount i•emaining after
deduction of the amount so withheld. Ciry shall �ay Contractorthe amount so wit.�iheld, orany
adjustment thereto agreed to by City and Contractor, when Cont�ractor remedies the reasons
for such actian.
14.03 ContNactar�'s YYarranty of Tiile
Contractor wai�rants and guarantees that title to all Work, materials, and equipment covered by any
Application far Payment, whether ineorporated in the Praject or not, will pass to City no �ater than ihe
time of payment feee and elear of all Liens.
CT'1'Y OF FDRT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION DOCUNfENTS
Revision: iiI�3C1(12.1
00 �z oa - i
GENERAL CONDITi�N S
Page 55 of 63
14.04 Pcxrtial Utilizattan
A. Prior to Final Acceptance of all the Worlt, City may use or occupy any pat-t of the Worlc which
has specifically been ideniified in the Contract Documents, or which Ciry determines constrtutes
a separately �unction�ing and usable pa�-t o� the Work that can be used for its intended purpose
without sign�icant interference with Contractor's pe�•foz•mance of the remairider of the Work. City
at any time may notify Cantractor in wri�ing to permit City to use ar occupy any such part of the
Work which City determines to be ready for i�s i�tended use, subject to the follawing conditions:
1. Cont��actor at any time may notify Ciry in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Withit� a rcasonable time after notificati�n as enumeratec3 in Paragraph 14.OS.A.1, City and
Contractor shall make an inspection af that part of the Work to determine its status of
completion. If City does not consider that part of ihe Worl� to be substantially complete, Ciity
wilI nQiify Contracfior in writing giving the reasons therefor.
3. PartialLTli�tioa w[I] not constitute Final Accepiance by City.
14.05 Finallr�spectaon
A, Upan written notice frorn Contractor that the entire Work is Substantially Complete in
accordance with the Canteact Documents:
1. Within 10 days, City will schedule a Final Inspection wit� Cantractor.
2, City wilE notify C�ntractor in writing of all par�iculars in which this i�spection re�eals thal
the Work is incomplete or deFective {"PLmch List Items"). Contractor shall immed�ately take
such measures as are necessary to complete such Worlc ar re�x�edy sueh de�'iciencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of �ubstantia! Completion and the date af Final Inspection,
I, Should the City deternaine that the Worlc is not ready for Final Inspection, City vvill �otify th�
Contractor in writing of the reasons and Con#ract Time wi� resu�e.
2. Should the Ciry concur that Substantial Complelior� has been achie�ed vvith the exc�ption of
any Punch List Items, Contract Time will resume for the duration it takes t'or Contractax• to
achie�ve Final Acceptance.
14.Ob .FinalAcceptance
Upon campletion by Cantractor to City's satisfaction, of any additianal Work identif'ied in the Final
Inspection, Ciry will issue to Contractor a letter of Final A�ceptance.
cirY o� FORT woR�i
STAND?.ItDG�NSTRUCT[ON SPECIFICATI�N DOCUMENTS
l�ev isibn: 8123f1.021
aQ 7a oa - i
GENERAL CONQITION S
Page 56 of 63
14.07 Final Payrraent
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of Ciry, Contractor rnay make an applicatian for
�inal payment follor�v�ng the procedure for progress payments iti accorciance wrth the
Contract IIocuinents.
2. The final Appfication for �'ayment shall be accompanied (except as pre�ious�y delivered} by:
a. a�l documer�tatian called for in the Contract Documents, including but nat limited to the
evidence of u�surance required by Paragraph 5.03;
�
b. consent of t�e surety, if any, to firial paymeni;
c. a list of xll pending or released Dannage Claims against Ciry that Contractor 6elieves ar�
unsettled; and
d. affidavits af paynnents and complete and legaliy �ffectrve reIeases or waivers
(satisfactory io City) af all Lien rights arising out of or Liens fled in cannection with the
Work.
B. PayrFrentBecorrres Due:
1. After City's accepta.nce of the Application far Payment and accompanying documentation,
requested by Contractor, less previaus payinents made and any sum City is entitled,
including but aat limited to liqraidated damages, will became due and payable.
2. After al1 Damage Claims k►ave been resolved:
a. directly by the Contractor or;
b. Contractor pravic{es evidence that the. Damage �laffn has been reported to Contractor's
insurance pY•ovider for resolUtion.
3. The making of the fmal payment by the City shall not relieve the Cnn�ractor of any
guarantees ar other requirements of the Cantract Documents which specifically conimu�
thereafter.
14.08 Final Cona�aletian Dela�ed and Partial Retaincrge Release
A. If final cotnpletion of the Work is signif'icantly delayed, and if City so conf'vrrns, City may, upon
receipt of Contractar's final A�plication for Paym.ent, and wit�out t�rminat�ng the Cont7ract, make
payment of the balance due for that partion a� the Work fully eornpleted and aecepted. If ttie
remaining balance to be held by Ciry for Work nat fully cornpleted or corrected is less than �'te
retainage stipula.ted in Paragraph 14.02.C, and �' bonds have been fiirnished as requi�ec[ in
Paragraph 5.�2, the written c�nsent of the surety to the payment of the balance due far that
CTTY Qr FORT WORTH
STANDARDCdNSTRi1CTI0N SPECIFICATION D�CUMEi�iTS
Ravision: 823/2021
00 �2 aa - i
G��fERALCON�ITI0N5
Page 57 of G3
portion of the Wot•lc fitlly completed and accepted shall be submitted by Contractor to City with
the Application far such payment. Such payment sha�l be inade under the terms and conditions
go�erning final payment, except that it shall not canstitute a wain�er of Contract Claims.
B. Partial' Retainage Release. F'or a Contract that pro�ides for a separate vegetative establisk�inent
and maintenance, and test and perfarmance periads follow�ng th� completion of all ather
construction in th� ContractD�cuments for all Worl� locations, the City may release a portion of
the artiount retained provided that all other work is cotnplet�d as detern:�ined by the Ciry. Before
ihe release, aIl submittals and iva�] yuantities must be completed and accepted far all other work.
An amaunt sufficient to ensure Conteact campliance will be retained.
14.09 Waive� of Claims
The acceptance offmal payinent will canstitute a release af the City from all claitns or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any aci or neglect af City related t� or cannected with the Contt�act.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
I5.01 City May �'uspend Work
A. At any time and without cause, City may suspend tk�e Worl� or any portian theieof by written
notice to Contx•acior and which may f�c the date an which Work w�ll be resumed. Cantractor shall
res�me the Work on the date so f�ed. Duzing temporary suspen5ion oi the Wark covered by these
Contract Documents, foi• any reason, the City will make no extra payment far stand-by tune o�
construct�on equipment andlor const�uction cre�vs.
B. Should the Contracto� not be able to complete a portian of the Praject due tn causes 6eyand the
can�i•ol of and w�tk�aut ihe fault or negligence of the Contractor, and shou�d i� be determined by
mutual consent of the Contractor and Ciry that a salution to allow construction to proceed is nat
ava�able within a reasanable period of time, Contractor may request an extension in Contract
Time, directly ait�•ibutable ta any such suspension.
C. If it should b�come necessary#o suspend the Work for an indefinite period, the Contractar shall
store all materials in such a manner ihat they will not obstruct o.r impede the public unnecessarily
nor become damaged in any way, and he shall talce e�ery precaution ta pre�ent damage or
deterioration af the worlc parformed; he sk�all provide suitable drainage about tlle work, ai�d erect
temporary structures rn�heee necessary.
D, Contractnr may be reimbursed far the cost of rr�Qving his equipment off the job and retuening the
neeessary equipment to the job when it �s determined by the Gity that cons�ruction may be
resumed. Such reirnbursernent shall be based on aetual cost to the Contractor of movir�g the
equipment and no profii will be allawed. Reimbursement may not be allowed if ihe equipn�.ent is
moved ta another construction p�oject �or the City.
C1TY O�' FpRT WORTH
STANDAI2DCONSTRUCT14N SPECIF[GA'f'IDN DOCUMENTS
Revision: $l13�2�21
ao 7a oa- �
�ENE���co�oir�or��
Page 58. of G3
15.02 City May Terrninate for Cause
A. The occurrence ofany ane or more of the following events by way of e�ample, but nat of l'unitation,
may justify terrninatian for cause: -
I. Contractor's persisient failure to perform the Work iun accordance with the Contract Documents
(inciuding, hut not limited to, failure to supply sufiicient skilIed workers or suitable materials
or equipment, failure to adhere ta the Praject Schedule esta.blished under Paragraph 2.07 as
adjusted froin time to iime pur�uant to Paragraph 6.04, or failure to adhere to the City's
Business Diversity Enterprise Qrdinance ##20020-12-�011established under Paragraph
b.Q6.D);
2. Contractor's disr�ga�'d of Laws or Regulations of any pubiic body having jurisdiction;
3. Cantractor's repeated disregaxd af the authority of City; ar
q�. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
S. Contractor's faiiuxe to promptly make good any defect in materials or workmanship, or
defects oi any nature, the correction nf which has been directed in writing by thc Gity; or
6. Substantial indication that the Cont�actor has made an unauthoxized assignment of the
Contract or any funds due therefrom for the benefi� of any eretiitor or for any ather purpose;
or
?. Subs�antial evidence that the Contractn�• has become insol�er�t or bankrupt, or otherwise
financially unal�le to carry on the W�rk satisfactorily, or
8. Contractor commences legai action in a court of eompetent jurisdiction against the Ciky.
B. If one ar more of the events identiffed ir� Paragraph I5.02A. occur, City wi� pror�ide written notice
to Cantractar and Surety to arrange a conferer�c� with Contractoc and Surety to address
Contractor's £ailure to perform the Worlc. Conference shall be held nat later than 1S days, after
r�ceipi of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contracior ta proceed to
perfox•m the construction Contract, the Ciry rnay, to the extent perxnitted by Laws and
Regulations, declare a Contractor default and formally term�nate the Contraetor's right to
comple�,e the Contrac#. Contractor deiault shall nat be declared earlier than 20 days after the
Conhactor and Surety have received notice of conference to address Contractor's failure to
perfarrn the Worlc.
2. If Contracto�'s services are terminated, Surety sk�all be obligated to talee over and perform the
Work. If Surety does nat commence performance thereof within �S consecutive calendar days
after date of an additio�al wrirten no�ice demanding Surety's per%rmance of its
GITY OF FORT WORTI-I
5TANI]ARDCONSTAUCT]ON SPECIFTCA'CION �]OCLTMENTS
Revision: &J.311021
007200-I
GEN�RALCONDITIQNS
Page 59 oF 53
o6ligatians, then Ciry, vvithout process or action afi law, may talce over any poi�tion of the
Wark and complete it as described below.
a. If City cotnpletes the Work, Ci�y may exclude Contractar and Surety from the sike and
take possession of th� Wor�c, and ail matecials and equipment incorporat�d into the Worlc
stored at the Site ar for which Ciiy has paid Contractor or Sw•ety but whicl� are stored
elsewhere, and finish the Work as City may deem expedient.
Wheiher City or Surety completes the Vi�ork, Contractor shall not be entitled to i�eceive any
further payinent until the Worlc is finished. Ii the unpaid ba]ance of the ContractPrice exceeds
all claims, costs, lo�ses and damages s�stained by City arising aut oi or resulting from
oompleting the Work, such e�cess will be paid to Contractoi. I�such claims, casts, losses and
dama�es exceed such unpaid balance, Contractor shaIl pay the diiference to City. Such clairns;
costs, Iosses and damages incurred by City will be inaorporated icl a Change Order, provided
that when e�cerc�sing any rights nr rarnedies under this Paragraph, City shall not be requued to
obtain the lowest pz•ice for the Work pee�armed.
4. Neitk�ex City, nar any of its respective cans�.tltants, agents, officers, di�ectors or e�nplayees
shall be in any way liable ar accountahIe to Contractor or �urety for the method by which the
completion nf the said Worlc, or any portion thereof, may be accomplished or far the price paid
therefdr.
5. City, notwithstanding the rnethod used in corr�pleting the Contract, shall not forfeit the right
ta recaver dannages from Contractor or S�.u•ery for Cor�tractor's faiiure to timely complete tlle
entire Corttract. Contractor sY�al1 not be entitled to any claim on aceoun� of �he method used
by City in completing the Contract.
b. Maintenance of the Work shaU continue to 6e Contractor's and Surety's responsi6ilitias as
providec! far in the bond �-equu•ements of the Contract Docurnents or any special guarantees
provided for under �the Contract Documc;nts ox any other obligations otherwis� piescribed by
law.
C. Notwithstandiing Parageaphs 15.02.B, Contractor's services will not i�e terminated if Cont�•actor
begins withirt seven days ot'receipt of notice of intent to terrninat� to correct it,s failut•e to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Wh�re Cnntractar's services k�ave been so terminated by City, the termination will nat affect any
rights ar remedies af Ci�ty agaulst Contracto�� ther� e�sting ot• which may thereaftee accrue. Any
retention or payrr�ent af moneys due Contractor by City will ttot release Cont��actor irom fiability.
E. Xf and to the extent that Contractar has provided a performance bond under the provi�ians of
Paragraph 5,02, the terminatlon procedures of that bond shall not supersede the provisions of this
Article.
CITY OF F�RT WORTH
5TANDARDCpNSTRUCTION SPECIFIC,�TION D�CUMEfVTS
Revision: 82312(711
U0 720a- l
GENERALCAN�[TION S
Page 60 of 63
15.03 City May Terminate Fo� Canvenience
A. City nnay, vvitk�out cause and without pr�judice to any ather right or remedy of City, terminaie the
Contract. Any terminatian shall be effectedby mailing a notice ofthe termiriation to the Contractor
specifying the extant to which performance of Work under the contract is terminated, and the date
upon which such termination beeomes effective. Receipf of the notice sha11 be deemed
conclusively presumedandestablished vvhenthe letteris placed iri the Un�ted StatesPostajService
Mail by the City. Further, it shail be deemed conclusive�y presumed and estabGsk�ed that such
termination is made with just cause as therein stated; and no proai in any claun, detnarid or suit
shall be required of the City regarding such discretionary action.
B. A�er receipt of a notice of termination, and �xcept as otherwise directed by the City, the
Coniractor shall:
1. Stap warlcunder the Contrac�on the date and to the extent specified �n the notice oftermination;
2. place na further orders or su�contracts for materials, s�rvices or facilities except as may be
r�ecessary for completion of such portion of the Wo�k under the Contract as is not terminated;
3. terminate all orders and subcon�racis to the extent t�at they relate to the performance of the
Work terminated by notice of termit�ation;
4. transfer title to the City and deiiver lll the mann�r, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Worlc �n progress, cam�leted Work, supplies and
other matexial produced as a par� of, or acquired in conneciion with the performance of,
the Work terminated by the notice of tke termination; and
b. the eompleted, nr partially completed plans, drawings, information and ather properry
which, if the Can�ract had b�en completad, would ha�e been required to be furriished to
the City.
5, complete perfarmance of such Work as shall nat ha�e been terminated by the notiee of
termir�ation; and
6. take such action as may be necessary, �r as the City may direct, %r the protection and
preservation of the property related ta its contract which �s in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termiriation date specified in the notice oi termi�iation,
the Contractor may suhmit to the City a list, cert�ed as to quantity and q�aality, af any or a11 items
of termination inventory not previously dispased af, e�clusive of it�ms the dispositian of which
has been cEirected or authorized by Ciry.
CITi' OF FORT WOI�TH
STANDARDCONSTRUCTION SPECIFICATION DOCIIMENTS
Revision: Sl23f2621
ao�2ao-�
GE[�ERAL CONnIT10N S
Page 61 of 63
D. Noi later than 15 days thereafter,tl�e City shall accept �itle to such i�erns provided, that the list
submitted shall be subject to vez•�cation by the City upnn removal of the items Qr, if the rtems are
stored, within 45 days from the date of submission of the list, and any nacessary adjusiments to
cox�xect the list as submitted, shall l�e made prior to %nal settlement,
E. Not later tl�an 60 days after the notice of termination, the Gontractor shall subrni� his termination
claim to th� Gity in the form and with the certification prescribed by the City. Unl�ss an e�ensian
is made in writing within �uch b0 day period by the Contractor, and granted by the City, any and
all such claims shaU be conclusively deeined vwarved.
F. In such case, Contractor shal[ be paid fr�r {without dupiication of any items):
1. campleted and acceptable Wor1t ex�cuted in accozdance with #he Contract Documents prior
to ihe effective date of termina�ion, including fair and reasonable sums for n��rhead and pxofrt on
such Work;
2. expenses sustai�ed prior ta the effective daie of termination in performing ser�ices and
fucnishing labar, materials, or equipment as requi�ed by the Conteact Documents in connection
with uncompleted Worlc, plus fair and r�asonable surns for o�erhead and praft on such expenses;
and
3. reasonabl� �xpcnses directly attributa6le to termination.
G, In the ev�nt of the failure of tlze Contractor arzd City to agree upon tl�e �vhole amount to be paid
to the Contract�r by reason of the termination of the Work, the City shall deterrnine, an the basis
of in.�or�nnation a�ailable to it, the amount, if any, due to the Contractar by reasor� o� the tei mination
and shall pay to the Contractor the ainotrn�s dete�•rniiled. Cantractot� shall not be paid on aecount
of loss af anticipated prafits or revenue ar other econornic lass arising aut of or resulting fi•om
such terminatinn.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Conitactor may request mediatian of any Contract Claim submitted faz• a decision
under Pa��agraph 10A6 before such decision b�comes %al and binding, Th.e request for mediation
s�ali be submitted to t�-ie oth�r party to the Contract. Timely submissian of the �•equest shall s�ay
the efFect of Paragr�aph 10.Ob,E.
B. Gity and Conia�actor shall participate in the mediation process in good faith. The process shall be
commenced wiithin 60 days af iiling of the request.
C. If the Contract Claim is not resol�ed by rnediation, City's action under Pax•agieaph lO.Ob.0 ar a
denial pursuant to Paragraphs 10.06.C.3 ar 10,06.D shall hecame fu�al and binding 30 days after
termination of the mediation unless, within �at time period, Ciry or Contractor:
CITYOFFORT WORTH
$iANDARDCdR�STRUCTiON SPECIFICAT[ON DOCUMEN`I'S
Kevision: SrL3(2(]Ql
oo�z ao- i
GENERAL. CONbITI6N S
Page b2 of 63
1. elects in writing to invoke any other di�pute resnluiion process pravided for in the
Suppleea�entary Conditions; or
2. agrees with the other paxE.y to submit �he Contract Claun to another dispute resolution
pracess;or
3. gi�es wz�itten natice to the other party of the intent to submi� ti�e Contract Clairn to a court of
campetent jnrisdietion.
ARTICLE 1'� — M�CELLANEOUS
17.O1 GiVingNOtiCe
A. Whenever any pravision of tY�e Cantract Dacumen�s requires the giving of written notice, it will
be deemed to have been validly given if:
deli�ered in person to the individual ar to a member of the �'irm or to an officer of the
corparation far whom it is inter�ded; ar
2. delivered at or sent by registered or certified mail, postage prepaid, to the lasi business
address �nown ta the giver of the notice.
B. Business address ck�anges inust be pramptly made in writing to the other party.
C. Whenever the Con�-act Docurr�ents specifi�s giving notiee by elec�-onic means such electronic
�otice shalt be deemed suffcient upon con%rmation of receipt by the recei�ir�g party.
17.02 Cornpufafion ofTimes
When any period of time is referred to in the Contract Documen.ts by days, it w311 be computed to
exclude the fus� and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or an a day made a legal holiday the ne� Working Day sliall become the Iast day
of the period.
i7.03 Cumulative Remedies
The duties and abligations irnposed by these General Conditions and ihe rights an:d remeciies available
hereunder to the parties hereto are m addrtion to, and are not to be construed in any wayas a limrtation
of, any righfis and remedies avaiIab�e to any or all of them wl�ich are otherwise irr�posed ar available
by Laws or Reg�zlations, by specia! warranty or g�aarant,�e, or by otl7er prov�sians of the Contract
Documents. The pra�isions of this Paragraph will be as ef�ective as if repeated specifically in the
Contract Documents in connection vt+ith each particular duty, obligation, right, and remedy to which
they apply.
ciTY or• eoR�r wo��
STAND;4RDCONSTAUCT[ON SPECIFICATION �QCiJNEENT5
Revisian: SI13/1021
Qfl7200-1
GENERAL CAN�lTIQN 5
Page G3 of 63
17,04 SuYvivalofObligations
Ali representations, indemni�cations, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well . as all continumg o�ligations indicaied 'm the
Cantract Documents, will survive final payment, completion, and acceptance of the Worl� or
tetcnination or completion of the Contract or terrnination of the se�vices of Contractor.
17.05 Headings
Article and paragraph headings are inserted for con�enience only and do �Zot constitute parts of these
General Conditions.
CITY OP FORT WORTH
STI�NDARDCONSTRUCT[OIV 51'ECIC[CATI0�1 DOCi]NiEN"['S
Revisian; A/23(A0121
0a 73 00
SUPPLEMF'%f'1'ARY COAfDITIONS
Page 1 of 5
SECTION 00 'I3 OD
SUPPLEIVIENT'ARY CONDITIONS
TO
GENERAL CONDITI4NS
Sr�pple�nentary Couditions
These 5�pplementary Conditions modify and supplement Seetion 00 72 00 - General Conditians, and o#�er
pro�isions of the Contract Documents as indicated below. All provisions of tl�e General Conditions tliat are
�nodified or supplemented remain in full force and efFect as so modified or supplemented. All provisions
of the Generaf Canditions which are not so modified or supplemented remain in full %res and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defned iut the General Gonditions ha�e the
cneaning assigned to them in tlie General Conditions, nnless specifical.ly noted herein.
Modi�cations and Supplements
The following ai•e instructions that modify or supplement speciiic paragraphs in the General Conditions and
otlier Cont►•act Dacuments.
SC-3.03B.2, °fResolving Discrepancies7°
Plu�s govern over Speeifications.
SC-4.01 A
Easement limiis shown an the Drawing are approximate and were provided to establish a basis for bidding.
Upan receiving the final easements desc�•iptions, Cont�•actor shall campare them to the lines shown on the
Contract Drawings.
5C-4.p1A.1., "Availability of Lands"
The follawing is a lisfi of knawn outstanding right-af-way, and/nr easements to be acquired, if arry as of:
N/A —�asement aod Rights-of-Way vvill 6e obtained prior to issuance of Worlc Order.
Outstandi�ug IZight-Of-Way, andlor Easements to Be Acquired
PARCEL OWNER
NUMBER
�NONE�
TARGET DATE
QF PQSSESSION
The Contractor understands and agrees that the dates listed a6ove are estimates only, are not guaranteed,
and do not bind ihe City.
Tf Contractor cansid�rs the final easements pravided to differ �naterially from the representations on #he
Contract Drawings, Contracto;• shall within f�ve (5} Business Days and before pibceeding with the Work,
notify City in writing assaciated with the differnig easement line locations.
SG�#.Ol A.2, "Availability of Lands"
CTT"Y OF PORT WQiiTH CITYWIDE STdRM I]RAiri IMPRDVEMENTS
STA1�fDARD CONSTItLiCT[ON SFECII'ICAT[OIJ DQCLTH+IENTS GiTY PRO.IECTNO. 1D0092
Revised N�arch 9, 2020
OD 73 00
SUPPLEMENTAl2Y CONDTITOI�iS
Page 2 of 5
Utilities or abstructions to be removed, Ad,�usted, and/nr relocated
The following is ]ist of utilities and/or o6structions that ha�e not been removed, adjusted, and/or relocated
as of when tliis document was created,
EXPECTED
OWNER
UTILITY AND TARG�T DAT�
LOCATIQN OF ADJUSTMENT
Major utiIifies will be z•elacated as needed �rior tn const;vctian.
Minor �tilities will be z•elocated as needed asLarf of constrr�ction__ ___ ____
The Contractor understands and agrees that the dates listed above are estimates only, are nat guaranteed,
and do not bind the City.
SC-4.U2A., "Subsarface �nd Physical Conditions"
The followEng aee re�orts of explarations and tests of subsurface cond'ttions at tEie site oftha Work:
�NONE�
The fa[low�ing are drawings of physical conditions in or relating to exist'mg surface uid subsurface
structures (exeept Unde�•graund FaciGties) which are at or contiguous ta the site of the Worlr.
�NONE�
SC�4A6r1., "Hazardous Enviranmental Conditions �t 5ite"
7'E�e following are reparts and drawings of existing hazardous environfnentaI conditions [cnown ta the City:
�NONE�
SC-5.03A., "Certiticates of insurance"
The entities listed below a�-e "additional insureds as their interest tnay appear° iiin[uding their res�ective
officers, directors, agents and erttployees.
(�) �i�Y
(2) Consultant: <NONE�
(3) dther: <1V(yN�,�
SC-5.04A., `�Coufractur's Insurance"
The limits of lia6ility fnr the insurance required by T'aragraph GC-5.04 shal[ p�•ovide the following
coverages %r not less than the following amounts nr greater wl�ere required by laws and regulations:
5,O�tA. Worke�•s' Compensation, under Faragr�pli GC-5.04A.
Statutoty limits
Emplayer's liab"rlity
$100,000 each accident/occurrence
$100,0�0 Disease - each empZoyee
$50U,OOU Disease - palicy limit
5C-5.U4B., SACoutraetor's Insurauce"
CI7'Y Ol� F'ORT WORTEI CITYWIDE STORM TJRAIN IMPR�VEII�IENTS
STANDARD CQIVSTAUCTION SPECIFICAT[ON F10CUN1ENT5 CITI' PRpJ�CT NO. l �Q092
Re�ised Marcli 9, 202f1
00 73 U.0
SUPPLEMENTARY CQNDiT10NS
Page 3 of S
5.44B. Commerciaf General Liabiiity, Under Paragrapli GC-5 A4B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which sl�alI Ue an a per project 6asis covering the Contractar vWith
minimum limits af:
$1,ODO,D00 each oecu�•rence
$2,OQ0,000 aggregate li�nit
The poliey must i�ave an endorsement (Amendment— Aggr�gate Limits oiInsurance} ��al�ing the
Genera[ Aggregate T.imits appIy separately to each jab site.
The Commercial General Liability Insurance policies sh.all }arovide "X", "G", and "U" covez•age's.
Verificatian of such co�erage must be shown in tlie Remarks Article of the Cei�tificate of Insurance.
SC 5.04C., "Contracto�'s Tnsurance"
5.4�C. a4utomobile Liab[lity, under Paragraph GC-5,04C. Contractor's Liability Insurance under
Paragraph GC-S.D4C., vrhich shall be in an amount not less than the following amounts:
(1) Automnbile Lsability - a coinniercial business poEicy sliall pror�ide caverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a coinbined single limit basis. Split Iimits are acceptabje if limits are at
least:
$25Q,00� Bodily �njury per person /
�500,000 Bodily Injury per accident 1
$100,00D Property Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's constructinn acti�ities will require its e�nployees, agents, subconk�actors, equipment, and
material deliveries to cross railroad properties and tracks <NONE�
Tlie Contractor slia�l conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or o6struct Che railroad campauy in any manner whatsoever in the use or operation of itsltheir trains
or other p��perty. Such operations on raili•oad properties may require that Contraetor to execute a"Right of
Enhy Agree�nent" r�+ith the particular railroad company or coanpanies involved, and to this end the
Contractor shouid satisfy itself as to the requirements of each railroad company and be prepared ta execute
the right-of-ent�y (if any) required by a railroad company. The requirements specifed harein likewise relate
to tlie Contractor's use of private and/or construction access roads crossing said railroad campany's
properties.
The Contractual Liabil.ity cn�erage required by Parageaph SA4D of the General Conditions shall pro�+ide
coverage for not less tiian tha following amounts, issued by companies satisfactory ta the City and to the
Railroad Company %r a term that cantinues for so long as ihe Contractor's. aperations and worlc crass,
occupy, or touch railroad prope�ty:
(1) General Aggregate:
(2} Each Occurrence:
_ Required for this Contract
CITY bP POR'P WORTH
STANI7AIZD CONSTRUC"I'CON SPECIFICATION DOCUMENTS
Itevised March 9, 2020
N/A
N/A
X N4t required for this Contract
CI'1'YWIDE STORM ]7R.4lN IMPRpVEN[�NTS
CITYPROIECTNO. �D0092
ao 73 00
SUPPLEMENT'Al2Y CdNDITIONS
Page 4 af S
With res�ect to tlie above outlined insurance require�nents, the fallowing sha[l govern:
1. Where a s�ngle eailroad co�npany is invol�ed, the Contractor shall provide one insut�anc�. po[icy in
the name of the railroad company. However, if more than nne grade separation o�• at-grade
crossing is affected by the Praject at entirel�+ separate locations on tl�e line or [ines of the sarne
railroad company, separate cot�erage may be eequired, each in tlie amounY stated above.
2. �Vl�ere i�iore than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their awn separate rights-of-way, the Contractor
may be required to provide separate insuranee policies in the name o� each railroad compar�y.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is progosed on a
railroad company's cight-o%way at a location enti�•ely separate frarr� the grade separation or at-
grade crossinb, insurance coveraae for this work must be incl�ded in the �aliey coverii3g the grade
separation.
4. If no grade sepaeation is involved i�ut otiier work is praposed an a railroad con�pany's right-of-
way, all such flther work may be covered in a single policy far that railroad, even though the worfc
may be aE iwo ar more sepai•ate locatiops.
No woric or activities an a rai.lroad company's property to be perfarmed by the Cnntractor shafl b�
commenced until the Contractor has furnished the City witli an original policy or palicies af the insurance
for each railroad company named, as required above. All sucE� insurance �nust be approved by the City and
each affected Railraad Company prior to the Contractor's beginning work.
The insurance speci�ied abo�e rnust be carried unti] all Worl< ta be performed an the ra�lraad right-of way
has be�n completed and tha grade crossing, if any, is no longer used 6y the Conteactor. Tn additEon,
insurance must be carried during a[1 maint�nance ared/or repair warl< performed in the railroad riglit-of way.
Such insurance must name the railroad company as the iasured, together with any tenant or lesse� af the
railroad company operatin; over tracics involved in tlie Project.
SC-6.04., "Project Schedule"
Project schedule sha[1 be tier 1 fnr the project.
SG6;07., 4iWage Rates"
The following is tlie prevailing wage rate table{s) applicable to this project and is �ro�ided En the
Appendixes;
2U13 �revailrng, IIea�y & Highway Constructian �rojects {GC-GA7 of this Contract Boolc).
A copX of the tahle is also avai[aUle by accessing the City's website at:
htt s:lla s.forbworthtegas. av/Pro'ectResourcEs/
You can access the file by following th� directory path:
02-Construction Documents/5pecifications/Div00 — General Cond.itions
SG6.09., "Permits and iltilities"
5C-6.09A., °fCantractor obtained permits and licer�ses"
The following are known permits andlor lice��ses requared by the Contract to be acquired by the Contractor:
1. Contracto�• will pull requi�•ed permits as needed for each work order, i,e. Utility. Cu#, Traffe, etc.
2. <NONF.S
Cl'I'Y OF FORT WORTff CITYVJ.IDE STORM DRAiN IMPRqVEMENTS
STANDARI] CONSTRUCTION SPECIFIGATION DOCiTMENT$ CITY PROJGCTNO. 1�0092
Reviscd Marcl� 9, 202�
00 73 UO
SUPPLBM�N'E'ARY CONDlTIQNS
Page 5 of 5
SC-6.09B. "City abtaine.d perm'rts xnd licenses"
Tj�e following are known �ermits andlor licens�s required by the Co�itract to be acquired by the City:
3. <NONF� Any pet•mits required wi11 be abtained by tha City prior to issnance of wotic order.
4, <NONE> Any permiks requu•ed will be obtained by the City prior to issuanca of work ox•der.
5. �NDNE� Any permits required wil! be ohtained by the City prior to issuance of work order.
b. <NONE> Any permits r�quired vNill be obtained by the City �rior to issuance of �vork order.
5C-6.09C. "Outsianding pe��mits and licenses"
The following is a list of know�� outstanding permits andlor licenses ta be acquired, if any as of:
NIA — The permits needs will be determined at ti�� time of ti�e work order.
Outstand�ng Fertn�its andlor Licenses Eo Be Acqnixed
OWNER PERMIT OR LTCENSE AND LOCATiON
<NONE>
SC-7.02., "Coordination"
TARGET DATE
QF POSSESSION
The individuais o�• antities listed below have cont�•acts with the City iar ihe performan�e pf other work at
the Site:
Vendor Sco e of Work Coordination AuChori
*City wils coordinate with contrActor as to tue abuity ot V ennors to pe�•iarm worK.
SG8.01, "Communicatians to Can#ractor"
Any communications to the cantractor will be via mail, email, phone including text froxn City
personnel.
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Michal Wellbaum, or hislher successor pursuant to written
natit"Ecation fra�n the Director oiTransportatia� and Put�lic Works.
SG13,03C., "Tests and Inspections"
The City will provide internal �nspection services and cithe�t• internal or external Survey services. All
Testing services Will be set up it�ternally thraugh the City and pravided to the contractor for usage in
accordance rvrth City Stautl�rd reqairements fnr materials and testin.g.
5C-IS.OIC.1, "Methods and Procedures"
GNone�
END OF SECT�ON
CITY OF PORT WORTII Cl'I"Y WID� STOItM DRAIN IMPRaVEMENTS
STAI�EI7AIZD CO�TSTKUCTIQN SPECI�ICATION DDCUMENTS C1TY PROIEC'1' NO. 100U92
Revised March 9, 2U20
oiiioo-�
svNrna��Y or woRx
Page ] of 3
SECTION Qx 11 00
SUMMARY OF WORI�
PART1� GENERAL
11 SUMMARY
A. Section Cncludes:
1. Sutnmary of Work to be perforrned in accocdance with ihe Cantract Doc�ments
B. Deviations fi•am this City of Fort Worth Standard Sp�cification
1. Nane.
C. Related Specificatinn Sectians include, hut are not necessarily limited to:
1, Divisioi� 0- Bidding Requirements, Cantract Forms, and Conditians of the Contract
2. Division 1- General Requll•ements
1.2 PRICE AND PAYMENT PROCEDUR�S
A. Measurement and Payment
1. Wark associated with this Itam is considei•ed subsidiary to the various items bid.
No separate payment will be allowed for this Ite�nn.
1..3 REFERENCES [NOT USED]
�.q ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Cont�•act Docutnents
l, Wot•k is to mclude fiu•nishing alI labor, matez�ia4s, and equipment, and performin�
all Wa�•lc necessary for this constructian proj�ct as detailed iti the Drawings and
Specifccations.
B. Subsidiary Work
L. Any and a1l Wqrk specifcally governed by documentary requij-ements for the
project, sucYi as eonditions imposed by the Drawings or Contract Documents in
which no specifc item fo�• bid has been provided for in the Proposal and the itetn is
not a typical unit bid item included oi1 the standard bid item list, thet� tk�e item shall
be considet'ed as a subsidiaiy itern of Worlc, i]ae cost of which shall be inclu.ded in
the price bid in the P3-oposal for �arious bid items.
C. Use of Premises
1. Cooedinate uses of pre�ises undei• direction of the City.
2. Assume fulI responsibility far proiection and safekeeping of rnaterials and
equipment st4red on the Site,
3. Use and oc�upy only pQrtions �f the puhlic st�•eeis and a[leys, or other public pEaces
or other rights-of w�y as peovided for in the ordinan�es of the City, as shawn in tlle
�ontx•act Documents, or as may be specific�lly authorized in writing by the City.
a. A r�asonable amount of tools, materials, and equipment for constr�ction
purposes may be stored in such spac�, but no more than is necessaty to avoid
delay in the construetion operatioas.
CITY pF PORT WORTH CI3'YWID�. STORM DRAIN IMPAOVE3VIENTS
STANDA[LD CONSTRLTCTEqN SPECIFICATEON DOCLTMENTS CITY PROJECI' NO. 100092
Revised Decem6er 20, 2�12
o� iioo-z
5U[v1MARY OF WORrC
Page 2 of 3
b. Excavated and r�aste mater�als shall be stared in such a vvay as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as nat to inconvenience occupants of adjacent pro�erty,
c. If the streei is occupied 6y railroad tracics, the Work shall be carr'ied on in such
manner as not to infierfere with the operation of the railroad.
1} A!1 Wock shall be in accordance with railroad require�nents set forth in
Di�ision fl as well as the railroad permit,
D. Work within Easements
4.
5.
L. Do nat en.ter upon pi•ivate property for any purpase witkzaut having pre�iously
obtained permission from ihe owner oisuch property.
2. Do nat stare equipment or material on private piaperiy unless and untii ihe
specif ed appro�al of the property owner has been secured in writing by the
Cantractor and a eopy furnished to the C.ity.
3. Unless specifically provided otherwise, clear all rigi�ts-of-way or easernents of
obstructions wilich must be removed �to malce possible propei• prasecution oithe
Work as a pai�E of the project constructian operations.
Preserve and use evet•y precautinn to prevant damage to, a11 trees, slv�ubbeey, plants,
lawns, fences, culverts, curbing, and a.�l other ty. pes of structures or impravements,
to a!1 wafer, sewer, and gas lines, ta ail conduits, overhead pole lines, or
appurteilances thereaf, it�cluding the const��uction of temp.orary fences and to a11
ather public or private property adjacent to the Work.
Notify the proper representati�es ofthe owners ar occupanfs of the public or private
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
W�rk.
b. Natices s�all h� applicable to both public and pt'ivate utility companies and any
corpo�•ation, company, indi�idual, or othee, either as owners or occupants,
whose land or interest in land might be af#'ected by the Work.
G. ge �•esponsible for all damage ar injusy tp prflperty of any charact�r resulting
from any act, omission, neglect, o:r miscanduct in the manner or method ar
execution of the Wark, oj• at a�y time. due to defective work, material, ar
equipment.
Fence
a. Restore all fences encountered and removed durulg cor�stilzction of'the Project
to the original or a better fihan originai condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in pcogt'ess and when the site is vacated overnight, atad/or at all times to
provide site security.
c. The cost fot• all fe�ce work wi#hin easements, including removal, temporary
closures atzd replacement, shall be subsidiary to the �arious items bid in the
projeet pro.posal, unless a bid �tem is specifically provided in the proposal.
C1TY OF PORT WORTH CI7'YWIDE STOIiM DAAIN IMPROVEMENTS
STANDARD CON�STRUCTIQN SYECIFICATION ]]OCUNfE[�TTS CITY PR07ECT NO, 100492
Ctevised Decernber 20, 2Q 12
Ol IlflO-3
SUH�IMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
I.6 ACTION SUBMITTALS/INFORMATYONAL SUBMITTALS [NOT US�D]
1.7 CLOSEOLTT SUBMiTTALS [NOT USED]
1.$ MAW�ENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QiTALITY ASSURANCE [NOT USED]
1.10 DELIVERY, ST4RAGE, AND FIANDLING [NOT US�+ D]
1.11 FIELD [SITE] COND�TIONS [NOT USED]
1.1� WARRANTY [NOT XTS�D]
PAR,T � � PRODUCTS [NOT iISEll]
PART 3 � EXECUTION [NOT USED]
END OF' SECTION
Revision Log
DAT� NAME SUMMARY OF CHANGE
CiI'Y OF FQRT WORTE-1 CITYWIDE STORM I7RAIN IMI'1�OVEMLNTS
S1'A,NIJARD CONSTRi1CTION 5PCCIFIC.ATION DOCLTMEIVTS CITY PEtOJECT NO. 100092
Revised December 20, 2012
O 1 25 00 - 1
SUBSTiTl1TION PROCEDUR�S
Page I oi4
SECTION 0125 �0
SUB.STITUTIQN PROCEDiJRES
PART�- GENERAL
I.I SUMMARY
A. Section Includes:
The procedure for requestil�g th� approval of substitution of a product that is not
equivaIent to a product which is specifed by descriptive or performance criteria or
defined by reference to 1 or rnore af khe follawing:
a. Name df manufacturer
b. Name of �endar
c. Trade name
d. Catalag n�be�•
2. 5ubstitutions are not "or-equals".
B. Deviation:5 from this City of Fat� Worth Standard 5pecification
1. None.
C. Related Speaificatian 5ections include, but are not necessarily limited to:
1. Division 0— Biddit�g Requirements, Cantract Fo��ans and Canditions of #he Contr�ci
2. Division 1— Genet�al Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measur�riaent and Payment
1. Work associated with this item is considered subsidiary to the various items bid.
No s�parata payment will be allowed for this Item.
L3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A, R�quest for Substitution - General
1. Within 30 days after a�rard of Cont��act (unless noted otherwise), the City will
consider farmal requests from Contractar for substitution of products in plac� of
those specified.
2. Certain Eypes of equipment ar�d kinds af material �e described in Specifications by
means of references to nam�s of manufacturers and vendors, trade n�mes, or
catalag numbers.
a, When this method of speczfying is used, it is not intended to excjude from
consid�ratian other products 6earing other manufacturer's or r�endor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other typ�s of equipment and lcinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production ofproducts
ix�eeting speci�ed requirements, ar other factors beyond control of Contractot�;
or,
CTI'Y dF FQRT WORTH C1TYWp7E STORM DRA1N IlvIPROV�Iv1ENTS
STAN�ARD CONS�'RUCTTON SPBC�ICATION DdCUME1+3TS CITY PRO.IEC`I' NO. 100Q92
Ravised 7uly I, 2011
o� 2saa-2
SUBSTITUT10I�i PI20CGDUR�5
Paga 2 af 4
b. Co.ntractor propases a cost and/or time reduct�on incentive to the City.
1.5 SUBMITTALS
A. See Request fot• Substitution Form (attached)
8. Procedure for Rec�uesting Subsfitution
I. Substitution shal] be cansidered only:
a. Aiter award af Contract
b. Under the conditions stated het•ein
2. Submit 3 copies of each written request for sul�stitutian, ineluding;
a. Documentation
1} Complete data snbstantiating compliance of proposed substitutian with
Contract Dqcuments
2} Data relating to changes in construotion. schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. k'or products
1) Product identitication
a) Manufactur�r's name
b) Telephane number at-�d representative contact name
c) Specification Section a�� Drawing reference of ariginally specified
praduct, including disc�•ete name ot• tag numbe�' assigned to originaI
product [n the Contract Documents
2) Manufacturer's literature clearly marked to show compIiance of propos.ed
product with Contract Documents
3) Itemized comparison of ariginal and proposed product addeessing praduct
eharactecistics including, but nat ne�essarily Iimited to:
a) Size .
b) Co��nposition or matei�ials of canstruction
c) Weight
d) Elecirical or meehanical requit•aments
4) Pl'pC�UGi �X�]�YIQTICE
a) Location of past projects utilizmg product
b) Na.ma and telephone numbe�- of persons associated with referenced
projects knowledgeable concerning proposed produet
c) A�ailable fieid data and reparts associated with proposed product
5) Samples
a) Provide at request of Gity.
b) Samples become the pi•operty af the City.
a For constructian methods:
I) Detailed description of proposed method
2) Il[ustration drawings
C. Approval or Rejection
1. Wr�tten appro�al or rejection af substitution given by t�e City
2. City res�rves tl�e right to require proposed product to comply with color anci pattern
af specified product if necessaiy to secure design intent.
3. In the event the substitation is approved, the resulting cost and/or time reduction
will be documented by Cl�ange Qz•der in aecordance with the General Conditi�ns.
CI'I'Y OP PORT WORTH CTTYWIDE STORM T]IZAIN IAhPROV�M�NTS
STANDAI2�7 CONSTRUCTION SPECIFICATI4N I30CUIvI�NTS CITY PRQJEC7' NO. 100092
Ravised July 1, 20l l
0125U0-3
SUB�TTI'L]TEON PROC�T]UIt�S
Page 3 of 4
4. No additional cantract time will be given fdr substitution.
S. Substitution wi11 be rejected if:
a. Submittal i5 not tiiraugh the Contracio�' with his stamp of appraval
b_ Request is not made in accord�nce with this Specification Section
c. In the City's opinion, acceptance will x'equire substantial revision flf the original
design
d. In the City's opinion, substitution will not perform adequa#ely the functinn
consistent witli the design intent
LG .ACTION SUBMITTAL5IINTORMATIONAL SUBMITTALS �i�TOT USED]
1.'� CL45E�UT SUENIITTAL� [NOT USED]
1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT iISED]
1.9 QLIALITY ASSiTRANCE
A. In malcing request for substitutiai� or in using an approved product, the Contractor
represents ihat the Corrtractor:
l. Has investigated praposed pcnduct, and has determined that it is adequaie or
superior in all respects ta that specified, and that it wilS perform function for which
it is intended.
2. �Vill provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution i�to Work, to inelude building
modif'ications i� necessary, making such changes as may be eequu•ed for Work to he
camplete in all respects
4. Waives aIl claims for additional costs r�lated ta substitution which subsequently
a�'ise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED]
1.11 FIELD [SITE] CONDITIONS [NOT IISED]
1.12 WAItRANTY [NOT USEDj
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT Y7S�D]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY DF �ORT WQRTH CIT�'WIDE STORM bRA13Y IMPROV�MENTS
STANDARI7 CON3TRUCTION SP&CIFICATibN DOCUMEI�TT3 CITY PROJECT NQ. Iq0092
Revised luly I, 2011
O1 2500-4
SUBSTITUT[ON PI20C��URES
Page 4 of 4
EXHIBIT A
REQUEST FOR S[]BSTITUTION FORM:
TO:
PROJECT; DATE:
We hereby submit for your consideration the following prqduct instead o� the specified item for
the abava �roject:
SECTION PARAGRAFH SI'EGIFIED TTEM
Proposed Substitution:
Reason for Substitution:
Include camplete information on changes #o Drawings andlor Speci�cations which praposed
substitution will require for its proper installation.
Fill in Blanks Be.low:
A. Will the undet'signed contract�r pa}+ for changes to the building desigt�, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitulion have o�
C. Differenees between propased suhstitut�ora and speciiied ite�n?
D. Differences in product cost or product delivery time?
�. Manufacturer's guarantees of the proposed and speciiied iteins are:
Equal getter (explain on attachment)
The undersigned states that the functian, appearance and quality are equivalent or superior to the
specified item.
Submitted �y; I'or Usa by City
5 ignature
as noted
F irm
Address
Date
T�lephone
For Use by City:
Appro�ed
City
� Recommended
_ Not recommended
By
Date
Rema�•ks
Date
Rej ected
Recommended
Received late
C1TY OP F�RT WOR'TH CITYWIDE STORM DRAR�I IMPRO'ViMENTS
S'I'ANJ]AI2D CONSTRUCTIpN SPEGIFLCATIOI�i i]UC;UMEI�ITS CITY PRO7EGT NO, 100Q92
fievised luly 1, 30l 1
�131 l9-t
PRCCO�fSTRUCT[ON MEHTING
Page I o f 3
SECTION 0131 19
PRECONSTRUCTION MEE`TING
PART1- GEN�RAL
1.1 SLTMMARY
A. Sectiol� Tncludes:
1. Prov'tsions for the preconstruction meeting to be held prior to the start of Wark to
clarify construction contract administration procedures
B. Deviations fi'om this City of Fort Worth Standard Specification
1. None.
C. Related Specificatian Sections include, but are not ne�essarily lirnited to:
1. Divisian b— Bidding Requirejnents, Conteact Fa�•rns and Conditions of tk�e Cantract
2. Divisian 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDU1tES
A. Measur�ment and Payment
1. Work associated with this Item is cansidered subsidiary to the various items bid.
No separ•ate payinent will be allawed fo�� this Item.
1.3 REFERENCE� [NOT USEDj
1.4 ADMINISTRATIVE REQULREMENTS
A. Coordination
1. Attend pt�econstruction meeting.
2. Representatives of Contt'actar, subcontr.actors and suppliers attending meetings
shall be c�ualif ed and authorize� to act on behaii of �e entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes wili be used to prepare minutes and retained by City for
futLue reference.
B, Preconstruction Meeting
1. A preconstruction mee#ing wi11 be held within I4 days after the execution of the
Agreemerat and before Work is started.
a. The meeting will be scheduled and acl�ninistered by the City.
2. The Project Representative will preside at the meeting, prepare the nates of the
ineeting atad distribute copies of same to all participants who so request by fully
cornpleting the attendance fqrm to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Cont�aetor's project manager
c. Contractor's superintend�nt
d. Any suhcontcactor or supplier representatives whom the Cantractor may desire
to invite or the City may request
C�TY OF P'ORT WORTH CI"I'YWTD� STORIvI DRAIl� IMPROV�MENT$
5TAAl�AIiD CONSTRUCT101�I SPECIFICt1T10N DOCUMENTS CITY PRO]ECT 1V0. 10U092
lieviseci Augusl l7, 2012
013119-2
PRECO�T5TRl1CT[dh' MET:TING
Page 2 of 3
e. Other City representatives
f. Others as apprapriate
4. Canstruction Schedule
a. Prepat�e baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstructi�n Meeting.
b. City will notify Contractor of any schedule ehanges upo:n Notice of
Precans�ruction Meeting.
5. Preliminaiy Agenda may include:
a. Int��oduction af Project Ferso.nnel
b. General Deseription of Project
c. Status of right-of-way, utiIity clearance5, easements or other pertinent pe�•mits
d. Cantractot''s wark plan and schedule
e. Cantract Time
f. Natice to P�•oceed
g. Const�uction Stacicing
h. Progress Payments
i. Ext��a Wox•k and Change Order Procedures
j. Field Orders
k. Disposa] Site Letter for Waste Material
1. Insurazace Renewals
m. Payroll Certi�cation
n. Material Certifications �nd Quality Cont�al Testing
o. Public Safety and Convenience
p, Documentatian af Pre-Constc•uct�on Conditions
q. Weekend Work Notification
z. Legal Holidays
s. 7'rench Safety Plans
t. Confned Space En.try Standards
u. Coardination with the City's representati�e for operations o�'exisiing Water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with ather Cantractors
x. Early Warning Systein
y. Cont�-�ctor Evaluation
z. Special Conditians appEicable to the project
aa. Damages Claims
hb. Su6mittal Pracedur�s
cc. �ubstitution Pracedures
dd. Correspondence Routing
ee, Record Dt•awings
ff. Temparaiy construction facilities
gg. M/WBE or MBEISBE procedures
hh. Final Acceptance
ii. Final Paycn�nt
jj. Questians ar Comments
CITY pF FORT WORTH CITYWIDE STORM DRA1N 1MPROVEiv(ENTS
STANDARD CONS`I'RUCTiOI�! 5PEC1F'ICATIQl�! UOCUiv]GNTS CITY PR07EG'I' AIp. 100042
Revised August 17, 2012
fll 3l 19-3
PREC03dSTRl3CTION MGCTTNG
Page 3 of 3
1.5 SUBMITTALS iNOT IIS�D]
1.6 ACTION SLTBMITTALS/INF�RMATXONAL SLiSMITTALS [NOT USED]
1.'% CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SLTBMITTALS [NOT USED]
1.9 QIIALITY ASSURANCE [NOT USEDj
1.10 DELIVERY, STORAG�, AND HANDLING [NOT LT�ED]
1.11 FIELD [SITE] CONDI'i'IONS [NOT USED�
1.I� WARRANTY [NOT USED]
PART � - �RODUCTS i1VOT USED]
PART 3 - EXECUTT4N [NOT II�ED]
E1VD OF SECTION
Revision Log
IlATE NAlVIE SUMMARY OF CHANGE
CTI'Y OF FbRT WDItTH CITYWIDE 3TORM DRAfl� iMPROV�MENTS
STANI]ARI) CONSTRUCTION SPECIFICATION DOCUMFNTS C1TY PRO]ECT N0. 1 p0092
Revised August l7, 2412
O13120-1
PRD.TECT M$�TINGS
Page 1 of 3
SECTIQN 4x 3120
PROJECT MEETINGS
PART 1- GEN�.RAT,
1.1 SUMMARY
A. S�etian Includes:
1. Provisions for project meetings throughout th� construction pei•iod to enahle arderly
re�view of the pragress of the Work and to proVide fo.r systemaCic discussion af
potential pz'oblems
B. Deviatioils this City af Fort Vi�orth Standard Specification
1. None.
C. Related Speciiication Sections inelt�de, 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 PRXCE AND PAYMENT PROCEDi]RES
A. Measureinent and Payment
1. Work associated with this Item is cansidered subsidiary to the vay'ious items hid.
No sepat•ate payment will be allawed for this Item.
1.3 REFERENCE� [NOT USED]
1.�4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, att�nd and administer as specified, periodie progress meetings, and
specially called meeCings thro�tghout pragress of the �3Vork,
2. Represer�tatives of Contt�actai, subcontractors and suppliers attending meetings
shall be qualified and autharized to act an behalf of the entity eac11 represertts.
3. Meetings administered by City may be tape recot•ded.
a. If recorded, tapes will be used to �repaa'e minutes and retained by City for
future i�eference.
4. Meetings, in addition to those specified in t11is Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
l. After the e�acution of the Agreement, but before constru.ction is allovved to begin,
attend I Public Meeting with affected t•esidents ta:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meetin� Lacation
a, Location o�' m�eting to be determined by the City.
3. AtYendees
CT"I'Y OP PbRT W�RTH CI9'YWID� STORM DRAQ+I 1MPROV�M&NTS
STANDARD CONST'[ZUCTIONSPECIFICATION DOCUMGNTS CITY PR07ECTNQ. ]OOD92
Revised July l, 2011
oi 3� za-a
PROIECT MEETIT€GS
Page 2 of 3
1. CaritY�C�OI'
b. Praject Representative
c. Other City representatives
4. Meeting Schedufe
a. In general, the neighborhood m�eting will occur witltin the 2 weeks fol�owir�g
the p�•e-constructian conference.
b. In no case wiil construction be allowed to begin until this meeting is held.
C. Pt•og��ess Meetings
1. Formai project coordination meetings will be held periodicaIly. Me�tings wi11 he
scheduled and administered by Project Representative.
3.
5.
Additional progess meetings to discuss speci�'ic topics will be canducted on an as-
needed basis. Such additional meetings shall include, but not he limited io:
a. Coordinati:ng shutdowns
b. Installation of piping and equipment
c. Coordinatian between other construction projects
d. Aesolution af canstruction issues
e. Equiprnent appro�val
The Pi�oject Representative will preside at progress :ttkeetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so �•eyuest by
fully completing the attendance form to be circulated at the heginning of each
meeting.
Attendance shall include:
a. Cantractor's project manager
b. Contractnr's superintendent
c. Any subcantractor or supplier representatives whom the ContracYo�' may desue
to invite o.r the City may request
d. Engineer's representatives
e. City's representati.vas
f. Others, as requested by the Project Repres�ntati�e
Preliminary Agenda may include:
a. Review oi Wark pro�'ess since previous meeting
b. Field ohservations, problems, conflicts
c. Items which iinpede construction schedule
d. Review oi of� site fabrication, delivery schedules
e. Re�iew of construction infierfa�ing a�d sequencing requireinents with other
consirucYion contracts
f. Cor��ective measures and pj�ocedures to regain projected schedule
g. Revisions to canst�'uct[on schedule
h. Progress, sehedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality s�andards
1. Pending changes and substitutions
nn. Review p►•oposed changes for:
1) Effect on consiruction schedule and on comple�ian date
2) Effect an oth�r contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH CITYWIDE STORI4i DRAIN IMPROV�MCiVTS
STANDARD CONSTRUCTION SP6CIFICATION DOCUMENTS CITY PRdI�CT NO. l00092
Revised ]uly [, 2011
R13124-3
PRO.fECT MEETIF�TGS
Page 3 oF 3
p. Review status of Requests far Information
6. Meeting 5chedule
a. Pro.gress meetings will be held pet�iodica[Iy as determined by the Praject
R�presentative.
1) Additianal meetings may be held at fhe request of the:
a) City
b) En.gineer
c) Caniractor
7. Meeting Location
a. The City will establish a meeting �ocatiaii.
l) To the extent practicable, m�etings will he held at the Site,
1.5 SiJBMX'�TALS [NOT USED]
1.6 ACTXON Si7BMITTALS/INFORMA.TXONAL SUBMITTALS [NOT U��D]
1.7 CL�S�OIIT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT IISED]
1.9 QUALTTY ASSURANCE [NOT USED]
l..1.0 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
I.I1 �'�ELD [SIT�] CONDITXON� [NOT US�D]
1.12 WARIZANTY [NOT USED]
PART 2 - PRQDUCTS [NOT USED]
P�1RT 3 - �XECUT�ON [NOT USED]
END OF S�CTION
Revision Log
DATE NAME, SLiMMAIZY OF CHANGE
CITY OF FORT WORTF3 CI'T'YWI�� STORM DRA,iN IIvIPAOVEMEAiTS
STA?JDARD COhI57'RUCTIpN SPECIFICA'[ lUN DOCUMENTS CITY PROJECT NO. 100Q92
Revised duly l, 20l 1
ai 32 i� - i
CONSTRi3CTION PROGItESS SCHEIIULE
Page l of ID
�
�ECTION Ol 3� 16
CONSTRiTCTION SCHEDULE
3 PART 1- GEi�11',ItAL
4 1.1 SiTJ1'IlVIARY
5 A. Section Includes:
-6 1. General requi�•ements for the preparation, submittal, updating, status reporting and
7 managen:�ent of the Construction Pro.gress Sc�edule
8 2. Speciiic requirements are presented inthe City afFort Worth Schedul� Guidance
9 Doc ument
10
lI
B. De�iations fr�m this City of Fort Worth Standard Specif'ication
1. None.
12 C. Related Specif'ication Sections include, but are not necessarily limited to:
13 1, Divisian 0— Bidding Requirements, Cantract Forms and Canditions af the Contract
I4 2. Di�ision 1—General Requi�•emen�s
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
D. PUrpose
The C.ity of Fort Worth (City) is coanmitted to delivering quality, cost-efFective
infrastructure to its citizens in a timely manner. Akey tool to achreve this purpose is a
properly �tt�uctured schedule with accu��ata updates. This supports effective monitoring
of progress and is input to critical dec�sion making by the project manager t}uoughout
the life of the project. Data from the updated project schedule is utilized in status
reporting tfl various levels of the City organization and ilie citizenty.
This Document co�nplements the City's Standard Ag�ee�nent to guide the construction
contractar {Conix�actor} in preparing and submitting acceptable schedules for use by the
City in project deiivery, The expectation is tf�e performanee of the work follows tne
accepted sehedule and adhere to the contractual timeline,
The Contractor will designate a qualified representative (Project Scheduler} resperosible
for developing atld updating the schedule and pz•eparing status repartin� as required by
the Gjty.
31 L2 PRICE AND PAYMIIVT PROCIDU1tFS
32 A. Measurement and Payment
33 1. Wark associated with this Item is cQnsidered subsidiary to �he various iiems bid.
34 No separate payment will be allowed fnr this Itern.
35 2. Non-cflrnplia�ce with this spec�cation is gr�Unds %r City to withhold payment tif
36 the Contz�actor's invoiees untll Contractar achie�es said compliance.
37 1.3 R�;k`E12I:NCES
38 A. �'roject Schedules
CITY OF TORT'VVORTH
STANDARD CONSTRUCTiON SPECIFICA'I'ION DOCUMFNTS
Revised August l3, 2Ci21
CITYWIBE STORM DRAIN IMPROVEME3VTS
CiTY PROJEGT Np. 1fl0092
Ol 32 16 -2
COt�fSTRUCTIONP�OGRESS SC1iEC}ULL:
Page 2 01' 10
Each project is �•epresented by City's master projeet schedule that encompasses the
ent�-e scope of activities envisioned by the City to properly deliver the woa•k. VJhen the
City contracts with a Cor�tractor to perform construction of the Wat'k, the Contractor
will develop �nd mait�tain a schedule fac� their scnpe of worlc in alig;nment with the
Cil:y's standat•d schedul� requirements as defined herein. The data and information of
each such schedule will be leveraged atad hecame integral in the znast�r project
scheduIe as deemed appropriaie by the City's Project Control Specialist and approved
b� the City's Proj�ct Manager.
10 1. Master Project Schedule
11 The master projec# schedule is a haiistic rapresentation ofthe scheduled acti�ities
12 and rnilestones far the tatal project and be Critical Path Method {CPM} ba:sed. The
13 City's Project Manager is accauntahle for o�ersight af tha development and
14 maintaining a master project scheduie for each praject. When the City cantracts for
15 the design and/or canstruction of the project, the �naster p�•oject schedule will
I6 incorporate elemenls of the Design and Construction schedules as deemed
1'7 appropriate by the City's Pi•oject Contral Specialist. The assigned City Project
18 CQntc�al Specialist creates ar�d maintaiczs the master praject schedule i� PG (City's
19 scheduling software).
26
21
22
23
2�}
2S
26
27
28
29
3�
3I
32
33
34
35
2. Construction Sched�le
The Contractnr is responsible for developing and imaintaining a schedule for the
seape of the Contractor's contt�ctua] rec�uuements. The Contractor will issue an
initial sch�dule far review and acc�piance 6y tlze City's Project Control Specialist
and the Gity's Praject Manager as a baseline sehedule for Contracior's scope of
work. Cantractorwill issue curxent, aceurate updates of their schedule (Progress
Sc�edule) tn the City at the end of each month throughaut the life oitheie work.
B. Scheclule Tiers
The City has a portfolio af prajects that �ary widely in size, complexity and eontent
requit•in� different scheduling ta effectively deliver each project. The City uses a
"tiered" approach to align the proper schedu�e with the c�•iteria for each praject. The
City's Project Manage�• deterinines the appropriate schedule tier t'or each project, and
includes that cEesignation and the associated requi�ements in the Contractor's scope of
wark. The following is a summar� ofthe "tiet•s".
36 i, Tier 1: Sma[1$ize and Short Duration Project (dtsign not eequired)
37 The City develops and maintains a Master Project Seh�dule for the praject. No
38 schedule submittal is requit•ed fi•am Contractor. City's �raject Cantra] Specialist
39 acquires any necessary schedule status data or infarmation through discussions with
4Q the respective party on an as-needed basis.
41
42
43
44
45
46
47
�8
4�
2. Tier 2: Small Size and Short to Medium Duration Project
The City develops and maintains a Master Project 5chedule for th� project. The
Contractor identif�es "sta�•t" and "finish" milestone dates on key �lements of their
work as agreed with the City's P3•ojec� Manager at the kickaff of theu• work effort.
TI7� COE1ti�C�01' 15SU�5 i0 tlle Clty, updates to the "start" and "finish" dates for such
milestanes at t.he end of each rtzonth tiv-oughout the life of their work on the praject.
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY O� 1�ORT WORTH CITYWIDE STOItM DRAIN IMPRQVCMCNTS
STANDARD C(]NSTRUGTIpN SPECIC'ICATION DOCUMENTS �ITY PR07ECT Nd. ]00:042
Revised August 13, 2d21
ni 3z �6 -�
CONSTRi3CTLON PE�OGR�SS SCHEDULE
Page 3 af LD
1 The CiYy develaps and maintains a Master Praject Schedule for the project. The
2 Contractor de�elops a Baseline Schedule and maintains the schedule of their
3 � respective scop.e of woi�c on the project at a level of detail (generally Leve13) and in
4 alignment w iih the WBS structur'e in Section 1.4. H as agreed by the Project
5 Manage�•. The Contractor issues to the City, updates af their respective scheduie
6 (Pragress Schedule) at the end oFeach month throughaut the l�e oftheir worl� on the
7 project.
8
9
10
11
12
13
l4
15
16
17
18
19
20
21
Z2
23
�
25
2fi
27
G. Sc�iedule Types
Project delivery for the City uti�izes two types of schedules as nated below. The City
develops and �naintains a Master Project Schedule as a"baseline" s�hedule and issue
monihly updates to the City Project Manager (en.d of eaeh month) as a"progress"
schedule. The Contractor prepares and submits each schedule type to fulf'�1 their
contractual requu•ements.
1. Baseline Schedule
The Contracto�• develops and submits to the City, an initial schedule for their scope
af work in aligmnent with this specif'ication. Once reviewed and accepted by the
Ciiy, it becomes the "Baseline" schedule and is the basis against wh�ch all pt-ogress
is rneasured. The baseline sehedule will be updated �vhen there is a ehange or
addition to the scope af work impactingthe duration ofthe work, an� only after
receipt af a duly authorized change order issued by the City. In the ��ent progt•ess is
significantly behind schedule, the City's Project Manager may autharize an update
to the baseline schedule to iacilitate a mo�•e practical evaluation af progress. An
exampie o� a Baselir�e Schedule is provided in Speciffcation 0 i 32 16.1
Construct'ran Project Schedule Baseline Exarnple.
2. P�•agress ScheduIe
28 The Contractor updates their schedule at the end of each znonth to represen� the
29 progress achieved in the warlc which includes any itnpact ft•oin authorized changes
30 in the work. The updated schedula must accurately reflect the current status of the
31 woa•k at that poini in time arid is referred to as the "Progres� Schedule". The C:ity's
32 Projeet Manager and Projeci Contt•al Specialist reviews and accepts each prag��ess
33 schedule. In the event a progress schedule is deemed not aceeptable, th�
34 unacceptable issues are identified by the City within S working days and the
35 Contractar- must provide an acceptahle progress schedul� within 5 working days
36 after receipt �inon acceptance notificatian. An example of a Progt•ess Schedule is
37 provided in Speciiicatian D I 321 b.2 Cansti•uction Project Schedt�le Prog�•ess
38 Exa.mple.
39 D. Ciry Standard Schedule requirements
44 The follo�ving is an overview of the methodology for developing ar�d zxzaintainirig a
41 schedule for delivery oia project.
CITY OF FORT WOItTIi CIT'YWII7ESTORM DRAIN INfPROV�3v1ENT5
STA�II?ARD C�NST1tUC'TION SPECEFICATION DdCUM�NTS CI'CY PItaJECTNQ, 100492
Revisecl August 13, 2021
Ol 32 26-4
CONSTRUCTIbNPROGRESSSCHEDULE
Pagc 4 of l0
1
2
3
4
S
6
7
8
9
ia
ii
zz
13
14
15
lb
17
18
19
20
21
22
23
24
25
2b
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Scheduie Framework - The schedule wil[ be based onthe de%ned scope of work
and follow the (Crit�cal Path Methadalogy) GPM method. The Contractor's
schedul� will align with the requirements af th�s specif'ication and will be cost
lor�rlecl to reflect theii� plan fa�• execution. Compliance with cost loading can b�
provided with traditionaZ cost loading of line items OR a projected cost p�r
month for the project vvhen the iniiial schedule is submitted, u�ated on a
quarterly basi� is �ignificant change is anticipated. Overali schedule duration
will align with t�1e cont��actual requirements for the respective scope af worl< and be
reflected in City's Master Project Scheduie. The Project Numbet• and Name af the
Project is required on each schedule and must match the City's praject data.
E. Schedule File Name
AlI schedu[es submitted to the City for a prnject will have a fle name that begins with
the City's project nurnber follawed by the narne nf the project followed by br��eline (if
a haseline schedule) artheyearr�nrlmonth {it'aprogress schedule), as shownbelow.
� Baseline Schedule File Name
Format: City ProjectNumber ProjectName Baseline
Exannple: 101376 North Montgomery Street HMAC_Baseline
� P�•ogress Schedule FileNa�r�e
Farmat: City Froject Number�Project Name YYYY�MM
Example: 10137b Nox•tli Montgome�•y Stc•eet HMAC_2018_0 I
• 1'roject Schedule Progress Narrative File Naine
Format: Cify ProjectNumber_ProjectName PN YYYY-MM
F�arriple: 1 Q 1376 Narth I1�[ontgarnery Street HMAC PN_201 S_O 1
F. Schedule Templates
The Contz•actor r�vili utilize the rel��ant sectians fi•om the City's templates provided in
the City's document management system as the basis farcreating their respective
project schedule. Specifically, the Cont�•actor's schedule will align with the layout af
the Construction section. The templates are icEentified by type of project as noted
belo�v.
� ArCerials
� Aviation
� Neighbarhoad Streets
� Sidewalks (later)
� Quiet Zones (lat�r)
� Street Lights (later)
� Int�rsection Impro�ements (later)
+ ParIcs
• Storm water
� Street Maintenar�ce
� Traffic
o Water
48 G. Schedule Calendar
CTTY �P FORT WORTI-F
STANDARD CONSTRUCCId� SPECIFICATION DQCUMENTS
Revised Augusf l3, 2021
CITYW3DE STORM DRAIN IMI'ROVEM�NTS
CITY PROJECT NO, 1OD092
0] 321b-5
CQNSTRUCTION PROGii�SS SCHEDilI.A
Pagc S of 10
6
7
8
10.
11
12
13
14
I5
lE
l7
18
The City's stan�iard calendar for schedul� development pueposes is based an a S-day
workweek and acco.unts for the City's eight standard holidays (New Years, Martin
Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgivir►g,
Gku•istmas). The Contractorwiil establish a schedule calenda�r as part ofthe schedule
development process and provide to the Project Control Special�st as part ofthe basis
for their schedu�e. Va�•iations between fhe City's calendar and the Contractor's
calendar must be resolved priot• to the City's acceptance of theit• Baseiine project
schedule.
H. WBS & MiEestone Standards for Schedul� De�e�o}�ment
The scope af work to be accomplished by the Contraetar is represented inthe scnedule
in the form of a Woric Breakdown Structure (VJBS). Tk�e WBS is the basis for the
development of the schedule activities and shall be imbedded and depicted in the
s chedule.
The following is a suir►niary of th� standards to be fallowed in preparing and
maintaining a schedule for project delivery,
19 i. Contractor is required to utilize the Crty's WBS structure and respective
20 project type template for "Construction" as shown in 5ection 1.4.H below.
21 Addit�onal activities may be added to Levels 1- 4 to accommodate the needs
22 of the or�anization executing the wark. 5pecif'ically the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construetion Executzon" that
24 delineates the activities associateti withthe �arious camponents of the wark.
25
2b 2. Con�•actor is requ�red to adhere to �he City's Standard Milestanes as shawn
27 in Section 1.4.I below. Contractarv,�ill include additional milestones
28 representing intermediate deliverables as required ta accurately reflecttn�ir
29 scope of work.
30
31
32
33
34
3S
36
37
3.8
39
40
41
42
43
I. Schedule Activities
Activities a�•e the discrete elements of work Chat malce up the schedule. They will be
organized under the um6rella of tk�e WBS. Activ.ity descriptions should adequately
describe the activity, and in some cases tl�e extentof the activity. All activities a�•e
logically tied with apredecessor and a successor. The only exception to this rule is foi•
"project start" and "project fnish" milestones.
The activity duration is based on the phys ical amount of w ork to be performed for the
stated activity, with a maxitnum e[uration of 20 worl€ing days OR a continuons activity
ib ane iocation. Iithe work for any one aetivity exce�.ds 2�J days, breal� �iiat activity
down increnlentally to achieve this duratian constraint. Any excepiian to this requires
revievv and acceptance by ihe CiLy's Project Cont�•ol Speei�list.
44 J. Change Orders
45 When a Change O�•der is issued by the Cify, the impact is incorporated into the
4b previausly accepted baseline schedule �s an update, to clearly show impact to the
47 project tieneline. The Contractoi• su6mits this updated basel�ne schedu�e to the City far
C1TY OF FORT WORTH CITYWIDE STQR3vf DRAIIV T[v]PROVEMENTS
STANDARD C�N3TRUCCION SPECIFICA'CIpN DdCU7vIL•"I+1`1'S CITY PR07ECT NO. L00092
ReNisecl August 13, 2021
O1 32 l5 -5
CONSTRUCTIDI�PROCrR�SS SCHEDULE
P�e 6 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
2�
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
44
4I
�42
43
44
45
45
47
revi�w and acceptance.as desc�•ibed in Section 1.5 below. Updated baseline schedules
adhere to the fo[lowing:
l. Time extensions associated �s+ith appro�ed contract modifications are liinited to the
actual amaunt of time the project activities are anticipated to be d�layed, unless
othervaise approved by theProgram Manager.
2. The re-baselined schedule is subrnitted by the Contractor ►uitlii� ten workrlays after
the date af �•eceipt of the approved Change Qrder.
3. The changes in logic or durations appt•oved by the City a�•e used to analyze the itnpact
of tha ehange and is included in the Change Order. The cod'u1g far a new ac�ivity(s}
added to the schedule foi• the Change Order includes the Change Orde�• nuxnber in the
Activiiy ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to tne ba�elin� schedule are not effecti�+a until accep.ted by
the Ci�y,
K City's Work Breakdown Structure
WBS Cade WBS Name
��.XXXXX Project Name
XXXXXX,3� Design
XXXXXX,30.10 Design ContE•actor Agreement
XXXX�iX,34.20 Conceptual Design (3Q%)
XXX�CXX.3�.30 Pi•eliminary Design (60%)
XX�XX.30.4D Final Design
XXXXXX.30, 50 Environmental
��XXXXX.30.60 Permits
X�XXXX.30.60.1Q Permits � Identif'ication
XXX�CXX.30.60.2b Permfts - ReviewlApprove
XXXXXX.40 ROW & Easements
XXXXXX.40.10 [�OW Negotiations
�XXXXX.4�.20 Condemnation
XXXXXX,70 IItility Relocation
XXXXXX.70.1fl LTtility Relacation Co�ordination
�i:�KXXXX.84 Construetian
XXXXXX.80.81 Bid and Award
XXXXXX.8Q.$3 Canstructian Execution
XXXXXX.80,$S Inspection
XXXX���.8Q.86 Landscaping
�:XXXXX.90 Closeout
xXXXXX.9�.10 Construction Contract Close-out
XXXXXX.90.40 Design Contract Clo�ure
L. City's Standard Milestanes
The following milestone activiti�s {i.e., important events on a project that mark critical
points in tirne) are of particular interest to the City and n�ust be reflected in the project
schedule for all phases of r�ork.
CITY i7� POIZT WORTH
STANDARD COI�ISTAiTCCION SPECI�ICATION DOCUMENTS
Revised August l3, 2�21
CITYV�lT�E STbRM DItAIN 1MPRDVEMENTS
CITY PR07ECC NO. 1 QO.U92
0132f6-7
COTiSTEtUCTIaN PROGRE53 SCHEDULS
Page 7 of I D
1
2
3
4
5
6
7
8
9
Ifl
ll
12
13
14
15
16
17
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
38
39 1.4
40
41
4Z
43
44
45
46
Activify ID Activity Naine
Desig�
3020 Award Design Agreement
34�40 Issue Notice to Proceed - Design Engineer
3� 00 Design Kick-off Meeting
3120 Submit Canceptual Plans to Utilities, RQW, Traffc,. Pacics, Storm Water,
Water & 5ewer
3150 Yeer Re�iew Meeting7Design Review meeting (teehnical}
3160 Conduct Design Public Meeting # 1{requireci)
3170 Conceptual Design Complete
3220 Submit Prel'uninary Plans and Specifications to Utilities, ROW, Tr�c,
Parks, Storm Water, Water & Sewer
3250 Conduct Design Public Meeting #2 (required)
32b0 Preliminary Design Complete
3310 Submit Finai Design to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3330 Conduct Design Public Meetir�g #3 (i�required)
33G0 Final Design Complete
ROW & Easemants
4000 Right of Way Start
4230 Right of Way Complete
UtiliEy Relocation
7000 LTtilities Start
� 7120 Utilities ClearedlCamplete
Construction
Bid and Award
8110 Start Advei�isement
8150 ConductBid Opening
82�0 Award Canstruction Confiract
Construction Execution
8330 Conduct Constru�tion Public Meeting #4 Pre-Construction
8350 Construction Stari
$37� Substantial Completian
85A�0 Construction Campletion
9130 Notice of CompletionlGreen Sheet
9150 Construction Contract Clased
9420 Design Contract Closed
SUBII�ITTALS
A. Schedule Submittal & Review
The City's Project Manager is responsibl� for reviaws and acceptance ofth� Contractor's
schedule. The City's P��oject C.ontrol Specialist is responsible for ensuririg aligtunent of
the Contractor's baseline and progress schedules �c�vith the Master Froject Sclledule as
support to the City°s Projeet Manager. The City reviews arid accepts or rejects the
schedule witlain ten work[tays af Contractor's submittal.
CITY OP FORT WORTfI
STAi�IT]ARD CONSTRUCI'IOA€ SPEC]F'ICA'1'ION DOCUM�NTS
Revised August 13, 2421
CITYW I]]E STORM DRAIN IMPR�VEN�;N'I'S
CTT'Y PROJECT NO. 100092
01 32 lb - 8
CO�ISTRUCTIONPROGRESS SCHEDULC
Page 8 of ] 0
1 1. �GiIEC�llle FOYTll�t
2 The Contc•actor wilI submit each schedule in two electronic forms, ane in native fi�e
3 format (.xer, ..xrlxl, .mpx) and the second in aprif%rmat, in the Ciry's document
� managem�nt syst�m in the locatio�l dedicated for this purpose and identified by the
5 Prc�ject 1Vlanager. In the event the Gontractor does not use Pritnavera I'b or MS
6 Praject for scheduling purposes, the sehe.dule information must be submitted in .xls or
7 .xlsr �otmat in complianc.e w ith the sample layout (See Spec�cation O1 32 1 b. l
8 Construction Project ScheduLe Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initia[ & Baseline Schedule
12 The Contractor wiIl de��lop their schedule for their scope oiworlc and submit their
13 initial scheduIe in electronic foi•m (in the file farmats noted abo�e), in the Ciry's
I4 document management system in the location ded�cated for this purpose rxt lerrst S
15 wv�'king d�ys prior to Pre Cnnstruction Meeting.
I6
17
18
19
�a
2I
22
23
24
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
The City's Project Manager and Proj�ct Control Specialist revtew this initial schedule
to de�ermine alignment with the City's Master Project Schedule, including formal: &
WBS siructure. Following the City's revi�w, feedbaclf is �ro�id�d to the Contractoc
for their use in iv�alizing their initial schedule and issuing (witlzBn�ve workrCrrys) their
Baseline Schedule for fina[ review and acceptance by the City.
3. Progress Schedule
The Cant��actor will update and issue th�u- project sched�le (Prog�•ess Schedule) by the
last rlccy of each montlz throughout tl�e li�e of their vvork an the project. The Progress
Schedule is submitted in elect��onic form as noted aba�e, in th� City's document
management system in tMe bcation dedicated far this purpase.
The City's Project Contt•ol team reviews each Progeess Schedule for data and
info�•mation that suppoi� the assessment of �Eie updata to the schedule. In the event
data or infor•mation is missing or in�omplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providiug same. The
Contractor re-submits the cori�ected Progress Sehedule withira 5 warkdays, fol[owing
the submittal process nated abo�e. The City's ProjectManager and Project Ct�ntro[
Specialist re�iew the Contractor's progress schedule for ace�ptance and ta monitor
performance and progress.
�'l1e following list af iterns a�•e required to ensure pi•oper status information is
contain�d in the Progress ScheduRa.
• Baseline Start date
41 � Baseline Finish Date
42 0 % Complete
43 o Float
44 0 Acti�+ity L.agic (dependencies)
45 � Critical Path
46 � Activiti�s added or deleted
47 � Expected Baseline Finish date
48 � Variance to the Baseline Finish Date
49
Cl'i'Y OP C'ORT WORTH CITYWIDE STO1tM DRAIN ll1/�PRpVEMENTS
STANDAI�D CONSTAUGTION SPEC[F'ICATION DQCUMENTS CITY PRdJECT NO. 100D92
Reuiserl August 13, 2p21
pl 321b-9
COI+FSTTLUCTIONFROGRESS SCf�EBUL�
Page 9 of I D
I
2
3
4
5
6
7
8
9
I�
I1
t2
i3
14
is
B. Manthly Constructian Status Report
Th� Contractor submits a w�itten status rep.ort (referred to as a progress nari�ti�e) at fihe
monthly prngress meeting (if monthly meetirigs a�•e held) ar at the end of each manth to
accompany the Progj•ess Schedule submittal, Using the standard forrnat �rovided in
Specif'ication 0132 16.3 Construction Peaject 5chedule Pragress Narrative. The content
of the Construction Project Schedule ProgressNarrative should be concise and complete
to includ� only changes, delays, and anticipated problems.
C, Svbrnittal Process
� Schedules and Monthly Constrt�ction State.is Reports at•e sub�nitted in in the Ciry's
document rnanagement system in the location dedicated for tivs purpose.
• Once the project has been completed and Final Acceptance has b�en issued by the
City, no iLuther progress schedules or const�uction status reports are requued fi�om
the Contractor.
T.
I6 1.S ACTION SiIBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
17 I.6 CLUSEOiJT SUSMITTALS [NOT i1SID]
18 L7 MAINTENANCE MA"I'I+.+R.IAL SUBNIITTALS [NOT USID]
19 1.8 QUALITY ASSY7RANC�
20
21
22
23
2�4
25
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the pr�paration of schedules of similar complexity.
B. Schedule and suppoi�ing documents addressed in this Speeif'ication shall be prepared,
updated and reviseci ta accurately reflect the perfornnance af the construction.
C. Contractoe is responsible for the quality of all submittals in ihis sectian meetiiz�g the
standard of ca�•e far the construction indust�•y fa�• sinvlar projects.
26 1.9 DF�,IVTRY, STORAG� A11TD HANDL�NG [NOT U5ID]
27
�8
29
30
31
32
33
1.10 FIELD [S�TE] CONDITIONS [NOT US�]
1.11 WA.RR�NTY [NOT iTSID]
1.1� ATTACHiVICNTS .
Spec dl 32 16.1 Canstruction Project Schedule Baseline Example
Spec O1 32 16.2 Constru�ction Project Schedule Progeess Example
Spec O1 32 16.3 Cnnstructian Project.Schedule Progr�ss Nart•ative
CITY OF PORT WOItTH
STANDARD COT�fSTRUCTIQN SPEGIFIC�iT[ON DOCUMENTS
Revisecl August 13, 2021
CITYVJ[DE STtiRM D1tAIN IMPROVEM�NTS
CITi' PR4.iECT NO. 100092
ai 3z �6-�0
CONSTRUCTIONPROGRE55 SCI-IEDLi(.E
Page 10 of 10
2 PART � - PRODUCTS [NOT USID]
3 PART 3- + S UTION [NOT TJSED]
4 IND OF SECTION
Revisian Log
DATE NAME SUMMARYO�' CHANGE
8/13/2021 Michae[ O�ren �evised to update specification requirements and eli�nuiate duplicate schedu[e
pec��caCions.
6
CITY �F POEtT WORTii CITYWID� STORM IIRAII�I IMPRDV�MENTS
STANDf�RD CONS'I'1tUGT[ON SP�CIF[CAT1pN DOCLJMENTS CITY PRD7�CT NQ. 100092
Revised August l3, �021
Q 1 32 33 - [
PRECONSTRUCSIOI+i V[DEa
Page 1 of 2
SECTION 013� 33
PRECONSTRUGTION VIDED
PART1- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Administrati�e and procedural t'ec�uirements for:
a. Precons�ruction Videos
B. Deviations from ihis City of For� Wo.rth Standard Specification
1. None.
C. Related Specification Sections include, but are nat necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions oi�th� Cantt•act
2. Division 1— General Requirertaents
1.�, PRTCE AND PAYMENT PROCEDURES
A. Measiu•ement and Payment
1. Work associated with this Item is considered subsictiary to the va.rious itezns hid.
No sepa�ate payment will be allowed for this Ttern.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENT�
A. Preconstruction Video
1. Produce a preconst��uctian video of the sitelalign�ent, including all areas in the
vieinily of and to be af�ected by construction.
a. Provide di.gital copy of video upon request by fihe CiLy.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
periad,
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED]
1.7 CLOSEOUT SiJ$MITTALS [NdT USED]
1.8 MAINTENANCE MATERIAL SUBMTi'TALS [N4T USEDj
1.9 QUALITY ASSURANCE [NOT IISED]
L10 DELIVERY, STORAGE, AND HANDLING [NQT USED]
1.11 FIELD [SXTE] CONDITIUNS [NOT USED]
1.12 WARRANTY INOT USED]
PART 2 - PRODi1CTS [N�T USED]
CITY OF FORT W�IZTH CITYWIDE STOTtM DRAIN IMPROVEMENTS
STANI]Al2D CONSTRUCTION SPECIFICATIOI+f DOCUM�NTS CITY PROJECT NO. 160092
Revised 7u{y 1, 201 l
o � 3a 33 - 2
r�coHs°rRucmroN vrp�o
Page 2 of2
PART 3 - EXECU'I`iON [NOT i7SED]
�ND OF SECTION
C1TY OF FORT WORTH CTTYWIDE STORM DRAIN IMPROVGMENTS
5TANDARD CQNST[tUCT[ON SPCCIFiCATION DqCUM�NTS CITY PROJCCT N0. 100092
Revised 7uly 1, 20l 1
p I 33 00 - 1
sugn�rr.at�s
Page 1 of 8
SECTION 0133 0�
SUBMITTALS
PART1- G�NERAL
f.l SIIMMARY
A. SecCion Includes:
General methoda and requirements of submissions applicable to the follawing
Work-related submitYals:
a. Shap D�-awings
b. Product Data (including Standard Product List subtr�ittals)
c. Samples
d. Mack LJps
B. Deviatians from this City of Fort Woz�ih Standa�•d Speciiication
1. None.
C. Related Speci�cation Sections include, b�t are not necessariIy iimited to:
1. Division Q— Bidding Requiremants, Cantract Forms and Canditions af the Contraet
2. Division 1— General Requ�rements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurannent and Paycnent
1. Wark assaciated with this Item is considererf subsidiary to the various items bid.
No separate payment will be al.lowed for this Item.
1.3 REFERENCES �NOT iTSED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coot•dination
Notify the City in writing, at the time of submiiial, of any deviations in the
submiitals from the ��equirements of the Contract Documents.
Coordination of Submittal Times
a. Prepare, prioritixe and transmit each submittal sufFiciently in advance of
performing the related Woric or other applicable activities, or within the time
specified in the individual Work Sectsons, of the Specificatians.
b. C�ontractor is responsible such that khe installation will not be delayed by
processing tiznes including, but not limited ta:
a} Disapproval and cesubmittal {if reguired)
b} Caordination with other subrnittals
c) Tes�ing
d) Put•chas'tng
e) Fabrication
f} Delivery
g) Similar sequenced activities
c. No extension of time will be autfzorized because of the Contractor's failure to
transmit submittals suf�ciently in advance of the Vi�ork.
CITY OF' F012T WOATf3 CITYWIBE STORNf ARr�IN IMPROVEIvi�.311'S
STANBARD CON3TRUCTION SPECiFIGAT70N DOCUMEI�ITS CITY PROJ�CT iVO. 100092
Revised Deoember 2Q, 2fl 12
�] 3300-2
SUBMITTALS
Page 2 oF 8
d. Make submittals promptpy in accordance with approved schedule, and in such
sec�uence as ta cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numhering
1. uVhen subrnitting shop drawings or samples, utilize a 9-characte�' submittal cross-
refeience identification numbering system in the following manner:
a. Use the firsi b digits of the applicable Specification 5ection N�tmber.
b. For the next 2 digits number use number•s 01-99 to sequentially numb�r each
initial separate item o�• d�•awing submilted under each specific Secti�n numbe�•.
c. Last use a letter, A-Z, indicatit�g the resubmission o� the same drawing {i.e.
A=2nd submission, B=3rd submission, C�4th submissian, etc.}. A typical
submittal number wauld be as follows:
03 30 00-08-B
]) 03 3Q QO is the Specification Section for Concrete
2) 08 is the eighth initial submittal undez' this Speci�catian Section
3) B is the third subniissian (second �•esubmission) af that particulae shap
drawing
C. Contractor Certi$cation
1. Revie�v shop drawings, prqduct data and samples, including those by
subcontractors, prior to submission to deterinine and ve�•if�y the follawing:
a. Field measurements
6. Field consteuction critef�ia
c. Catalog numbers and sirnilar data
d. Confai•ma�lce vvith the Cont��act Documents
Prov�de eaeh shop drawing, samp[e and product data s.ubmitted by the Contractox'
with a C�i-�ification Statement aifxed including:
a. The CQnt�•actar's Company name
b. Signa#ure af submitta[ re�iewer
c. Certification �tatem�nt
1) "By this subn7ittal, I hereby represent that I have deterrnined and verified
field meas�re�nents, field canstruction criferia, materials, dimensions,
catalog numbers and similar data and I have checfced and coordinated each
item with ather applicable appraved shop drawings.°
D, Submittal Format
I. Fold shap drawings larger than 8%z inches x 11 inches to 8%z inches x l linches.
2. Bind shop dravvings and praduct da#a sheets togeCher.
3. Orde�•
a. Co�er Sheet
1) Description af Packet
2� Contractar Certification
b. List of items 1 Table of Contents
c. Product Data /Shop Drawings/Sampl�s /CalcuIations
E. Submittal Gontent
1. The date af submission and the dates of any previous submissions
CITY OF FO1tT WORTH CI'tYWIDE STpRM DRAIN IMPROV�MEN7'S
STAI�➢ARD CQNS'fRUCTION SPEC[�'TCATION D4CiJME�TTS CI1'Y PROJECT NQ. ]OOD42
Revised December 20, 2�12
ai3�oo-3
5UBIVIITTALS
Page 3 oF 8
2, The Praject title and number
3. Contractor identification
4. The names of
a. Contractor
b. Suppliei•
c. Manufacturer
5. Iden�ification ofthe product, with the 5pecification Section number•, page ar�d
paragt�a�h(s)
6. F1eld dimens'tans, clearly identifed as such
7. Relation to adjacent or critical features af the Work or materials
8. Applicable standards, such as ASTM or Federal Speciiication numbers
9. Identification by hig4ilighting of deviatians frotn Contract Docume:nts
l0. Identi�icataon by highlighting of revisions an resubmittals
11. An 8-iach x 3-inch blank space for Cantractor and City stamps
F. Shop Drawings
I. As specifed in individual Work Sections includes, but is not necessa�•ily limited ta:
a. Custom-prepared data such as iabricakion and erection/installation (working}
drat�vings
b. Scheduled information
c. SefYing diagrams
d. Actual shopwork manufacturing instructions
e. Custam templates
f, Special wiring diagrams
g. Caordination drawings
h. Individua� system ar equipment inspection at�d test repQrts including:
1) Performance curves and certifications
i. As applicable fo the Work
2. Details
a. Relatian of the �arious parts to the main nn�mb�rs and lines of the structure
b. Wher� car�'ect fabrication of the Work depends upon field measurements
1) Provide such measui�ements and note on the drawings prior fo submitting
for approval.
G. Produet Data
1. For submittals of praduct data for products included on the City's Standard Produci
List, clearly identify each item selecied for use an the Project.
2. For submittals of product data for products not ineluded on the City's Standard
Froduct List, submitta� data may include, but is not necessarily i imiteri to:
a. Standard prepared data fo�• manufactured products {sometimes raferred to as
catajog data}
1) Such as the manufacturer's product specification and installation
instructia.ns
2) Availability of colors and patterns
3) Marjufacturer's printed atatements of compliances and applicability
4} Roughing-in diagrams and templates
5) Catalog cuts
6} Product photographs
CITY OF FORT WOI2TH CITYWII7E $TOAM T)LtAIrI IMI'RaVEMENTS
STANDARB C.ONSTRUCTION SPECIFICATION DOGL]MENTS C[TY PA03�CT I+fO. 100092
Revised I)ece�nUer 2U, 2U l2
013306-4
SLTBMIT'CALS
I'age a oF 8
7) Standard wiring diagrams
8) Printed pet-forfnance curves and operational-railga diagranis
9) Praduction or qua�ity contrp.l inspection and test reparis and certifications
10) Mill reports
1 I) Product operating and maintenance instructions and �•ecomrraended
spare-parts listing and print�c! p�-oduct vvarranties
] 2} As applicable to the Work
H, Samples
I. As specified in individual Sections, ii�clude, but are not neeessarily limited #o:
a. Physical examples of ihe Work such as:
I) Sections of manufactured or fabricated Wark
2} Small cuts or containers of maierials
3} Cornplete units of repetiti�ely used products calorltexturelp.attern swatches
and range sets
4) Specinlens fo�- coordination of visual eff'ect
5) Graphic symbols and units Qf Work to be used by the City for independent
inspection acicf testing, as applicable to the Work
Do not start Work requiring a shqp dt'awing, sample or product data nor any inate�•ial to
be fab�'icated or instafEed pi•ior to fhe appro�a! ot• Gualified approval of such item.
1. Fabrication per%��med, materials purchased or on-site construction accomplished
which do�s not canforin ta appro�ed shap drawings and data is at the Cont��actor's
risk.
2, The City vwill not be [iable far any expense ar delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Wo�•k, materia[s, fabricatian, and installations in conformance
witl� appraved shop drawings, applicahle samples, and pracEuct data.
J. 5ubmittal Distribution
Electranic Distribution
a. Canfirm development of Project directary for elect�•onic submittals tq be
uploaded to Cify's Buzzsau+ site, ot• anofher extez'naI FTP site approved by th�
Cf�,
b. Shop Drawings
1} Upload submitta] to designated project directory and natify appropriaie
City representatives via email of submittal posting,
2) Hard Copies
a) 3 copies for aII subinit�als
b) If Contractor requires more than 1 ktard copy of Shop Drawings
returned, Contractor shall submit more khan the number af copies listed
abo�e.
c. I'roduct Data
l) Upload submittal to designated project cfirectqry and notify appropriate
City z-epresentatives via email of submittal posting.
2) Hard Capies
a) 3 copies for all submittals
d. 5amples
1) Distributed to the Project Representative
2. Hard Copy Dist�•ibution (if required in lieu of e[ecteonic distribution)
CITl' OC PO1tT WORTH CI"I"'YWIDE STORM DRAIN IMPROV�M�NTS
STtiNDARp CON5TRi1CTION SPL,C[PICATION DQCUMENTS CITY C'TZd7ECT NO. 1QOD92
I�evised Deca;nber 20, 2012
013300-5
SUBivfI7'TALS
Page 5 af 8
a. Shop Drawings
1} Diskributed to t�e City
2) Copies
a) 8 copi�s for mechanical sUbmittals
b) 7 copies for alI other submittals
c) If Cantractor requires more than 3 copies of Shop Drawings returned,
Cont�•actor shafi submit mare ihan the number af copies listed above,
b. Product Data
1) Dist�ibuted ta the City
2) Capies
a) 4 eopies
c. Satnples
1} Distributed ta the P�ojec# Representative
2} Copies
a) Subrnit the number stated in the respective Speci�icatiara Sec#ions.
3. Distribute reproductions of approved shop drav+�ings and copies of appraved
praduct c�ata and samp[es, where required,. to the job site file and elsewhere as
directed by the City.
a. Provide number of cqpies as directed by tYte City but not exceeding the number
previously specified.
K. Submittal Review
3.
4.
5.
The review of shop drawings, data and samples will be far �eneral conformance
with the cfesign concept anci Cantract Dacuments. This is r►ot ta be construed as:
a. Permit�ing any departure from the Contract requirements
b. Relieving the Contractc�r of responsibility foj• any errors, including details,
dimens.ians, and materials
c. Apprnving depat�ures fram details furnished by the City, except as othet'wise
provided herein
Th� re�iew and approval af s11op drawings, samples o� product data by the City
dQes not relieve t�e Contractar from hislher responsibility with regard tn the
ful%Ilment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City wjll
have no responsibility therefoj•e.
Tha Contt•actor remains �'esponsible for details and accut•acy, far coordinating the
Wark with all other assaciated work and trades, for selecting fabricatian processes,
for techniques of assemhly and fQr perfot'ming Work in a safe manner•.
If the shop drawings, data or samples as submitted describe variations and show a
depai�ure from the Contract requirements which City finds to be in the interest of
the City and to be so minar as not to irsvolve a change in Cont�act Price or time for
performance, the City rnay return the revi�wed drawings without noting an
exceptian.
5ubmittals will b� retui�ned to the Coniractor undei• 1 of the following codes:
a. Code 1
1) "N� EXCEPTIONS TAKEN" is assigned when tliere are no notations or
commen#s on tlie submittal.
a) When returned under this code the Cantractor may release the
equipment andlar material for manuixct�re.
b. Code 2
CITY OF FQRT W�RTH CTTYWIDE STORM DRAIN IIvlPILOVENiENTS
STA]ZDARB CONSTRUCTIOM SPECT�'ICATION DOCUivIF�4T5 CITY PROIECT Na. L00092
Revised DecemUer 20, 2p12
01 33 00 - 6
SUBMIT7'ALS
Page G of $
t} 'BXCEPTIONS NO"I"ED". This code is assigned when a confiemation oi
il�e notations and coinineilts IS NOT required by the Cont��aetor.
a) 'I'he Conl:ractot• may releasa the equipment or material fot• manufacture;
howe��r, all notatian. s and comments inust be inca�'porated into the
�inal product.
c. Code 3
1) "EXCEPTIONB NOTED/RESUBMIT". 'I'his conihination of codes is
assigned when notations and commen#s are extensive enough to require a
resubmittal of the package.
a) The Coniractor may re]ease the equipment or material fo�• manufacture;
howe�er, all notations and comments must be incorporated inta the
£'inal pi•oduct.
bj This r�submittal is to addresa all ct�mments, omissioi�s and
non-conforining items that were noted.
c} Resubmiftal is ta be received by the City within 15 Calendar Days of
the date of the City`s transmittal requirin� the resubmittal.
d. Cade 4
1) "NOT APFROVED" is assi�ned when the submittal does not ine�t the
intent of the Contract Documenis.
a) 7'he Gont�-actor must t•esubmit the entire pacicage j�evised to bring the
su6inittal inta conformance.
b) It may b� nacessazy to resubmit using a different manufacturer/vendot-
to meel fhe Contract Documents.
b. Resubmittals
a. I�andled in the same manner as first submittals
1) Coi•rections ather than requesfad by the City
2) Maeked with revision teiangle or other similar meth4d
a) At Contractor's risk if not mai•ked
b. Submittals fot� each itern will be reviewed na more than twice at the City's
expense. �
I) All subsequent reviews will be performed at tirnes con�enient to the City
and at the Contractor's e�tpense, based on the City's o�' City
Rep�'esentative's then pt•evailing rates.
2) Provide Cont��actor reimbui•sement to the City within 30 Calendaz• Days for
all such fees in�roiced by the City.
c. The need for more than 1 resubmisslon or any otlier delay in obtaining City's
re�iew of submiitals, will not entitle the Contractol'to an extension of Contract
Time.
7, Yartial Submittals
a. City reserves the right to not revi�w su.6mittals deemed partial, at the City's
discreiion.
b. Submiftais deemed by tl�e City to be nnt complete wi[[ be return�d to the
Contz•actor, and will be cansidered "Not Apprflved" until resubmitted.
c. The City may at 3ts option provide a list o�' mark the submittal dic•ecting the
ContE•actor to the areas that at�e incompiete.
8. If the Contractor considers any cnrrection indicated an the shop drawings to
constitute a change to the Contract Documents, then written rtotiee must be
pro�vided thereof to the City at least 7 Calendar Days prior to ral�ase %r
manufacture,
CI`TY OF PORT WORTH CITYWTDE STORM DRA1N TMPROVEMENTS
STANDARD CO3vSTRCICT[ON 5PECIFICATION DDCUMENTS CITY PROdECT NO. l00092
Re�ised Deceru�cr 20, 2012
013300-7
SUSMITTAI.5
Page 7 of 8
9. When the shop drawings have been compieted to the s�tisfaction of the Caty, the
Contractor may earty aut the construction in accordance therewith and no fut�ther
changes therein except upon written instr�ctions fram the City.
10. Each subrnittal, appropriately coded, will be returned within 30 Calenciar Days
following receipt af submittal by the City.
L. Mocl� ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Worlc to be
used on the Praject. Remove at the campletion ofthe Wark o�� wher� di�•ected.
M. Quaii�cations
1. If speci�cally required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Inforrnation (RFI)
L Contractor Request for additional info�'�nation
a. Clarification oc interpretation af the contraet documents
b, When the Contractor 6elieves there is a conf�ict between Contract Documcnts
c. When the Cantractor believes there is a conflict betvveen the Drawings and
Speeifications
1) Identify the canflict and request clarification
2, Use the Request for Information {RFI) form provided by the Gity.
3. Nurnbering of RFI
a. Prefix with "RFI" followed by series taumher, "-xx�", beginning wifi,i� "O 1" and
inct'easing sequentially with each additional t�ansmitCal.
A�. Suffcient information shall be attaehed to per•mit a written response without further
informatian.
5. The City wijl log each request and will rev�ew the requesi.
a. If re�iew of the project informatian request indicates that a chang� t�o the
Contract Documents is requir�d, the City wi11 issue a Field Ordec ar Change
Oj'der, as appropriate.
L� SUBMITTALS [NOT USED]
l.b ACTION SUBMTTTALSf11�iFORMATIUNAL SUBMITTALS [NOT LTSED]
l.q CLOSEOUT SUSMiTTALS [NOT USED]
1.$ MAINTENANCE MATERTiAL SUJ3MITTALS [NOT USED]
1.9 QUALITY ASSiTRANCE �NDT USED]
1.10 DELN�RY, STORAGE, AND HANDLING [N�T IISEDj
l.l.l. FIELD [SITE] CONDITIONS jNUT USED]
1.I2 WARRANTY [NOT IISED]
CITY OF FORT WORTH CITYWIDE ST{)RM DRAI3�T IIv1PROVE1bfENTS
STANAARD Cfli�T5TRl7CTI0N SP�CIHICATION DOCi1MENTS C[TY PTiOIECT IYO. IDQ092
RevCsed Decemtrer 20, 20 k2
01 33 00 - $
SUBM1TTAi,S
Page 8 oP 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT T1S�D]
END OF SECTION
C1TY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS
STANDARD CQtVSTRUCTION SPECIFiCATION DOCUMENTS CITY PROJECT NO.. iQ0092
Rewised Deoamber 20, 2012
013513-1
SPECIAL, PItQ.1ECT PROC�nURES
Page I of 8
�
SECTION 013513
SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
� L 1 SUMMARY
5
6
7
8
9
IQ
ll
12
13
14
IS
1G
I7
18
A. 5ection Includes:
j. The procedures for special pt•aje�t cireumstances that includes, but is not lir�tited to:
a. Coordination with tha Texas Department of T�'ansportation
b. Work near High Voltage Lines
c. Confned Spaee Entry Arograrr�
d. Usa of Explosives, Drop Weight, Etc.
�. Water Department Notiiicaiion
f, Public Noti�cation Prior to �eginning Consi��uction
g. Coordination with Lrniied States Arrny Corps of Engineers
h. Coordir�atian within Railroad pe:rmits areas
i, Dust Control
j. Employee Parlting
B. Deviations fiom this City af Fort Woz�h Standard Specification
1. None.
19 C. Related 5p�ciiieation Sections inejude, but a�•e not necessart•ily limited to:
20 I. �ivision 0— Bidding Requuements, Conteact Forms arrd Conditions of the Cantt•act
21 2. Division L— General Requirements
22 3. Sectian 33 i 2 2S — Connection to Existing Water Mains
23 1..2 PRICE AND PAYMENT PROCEDiTRES
24
25
2G
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
A. Measurement ar�d Payment
1. Coordinaiion within Railcoad permit at�eas
a. Meas.urement
I} Measurement for this Item will be by lurnp sum.
b. 1'ayment
1) The work performed and materials fi.�nished in accordance with this Iterr�
will be paid for at the l�np sum price bid for Railroad Coordination.
c. The price bid sha[1 include:
1) Mobilization
2) Inspectjon
3} Safety t�•aining
4} AdditionalInsurance
5) Insuj•ance Certi�caYes
6) Other requirements assaciated with general coordination with Railroad,
inciuding additianal employees requir�d to protect the right-of-way and
propet ry of the Railroad from damage arising aut of ar►dlor frotn the
cans�rucfion of the Praject.
C!'CY OF FORT VJ012TH
STANDAKr) COh35TRUC7'ION SP�,CiFICAT`ION L70Ci7MENTS
Revised Marc� 1 I, 2422
CITYWIDE STORM DRA1N IMPROVEMENT'S
CITY PR07ECT Np, 100U92
O1 3S 13 -2
SPECIAL PROJECT PR�CEDCTItES
Page 2 of S
1
2
3
�
5
6
7
8
9
10
11
12
13
14
2. Railroad Flagmen
a. Measurement
l} Measurernent for this Item wip be per working day.
b. Payment
1) The work pet•formed and materials furnished in aceordance with this Item
will t�� paid for each working day that Rail�-oad Flagmen are present at the
Site.
a The price bid shall include:
1) Coqrdination for scheduling flagmen
2) Flagmen
3) Other �•equiremen#s associated with Railroad
3. AII other items
a. Work associated with these Items is considered subsidia�y to the �arious Items
bid. Na sepazate payment will be allawed for this Item.
1 S 1.3 REFERENCES
1 G A. Reference Standat•ds
I7 1. Reference standards cited in this Speciiication refe�� ta the current reference
I 8 siandat•d published at the lime of the latest i•evision date lagged at th� end of this
19 Specification, �EnEess a date is specifica[ly cited.
20 2. Health and Safety Cade, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
21 High Voltage O�erhead Lines.
22 1.4 ADMINISTRATIVE REQUIREMENT�
23 A. Caordination with the Texas Department of Transportation
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. �Vheii work in the right-of way which is under the jurisdiction of tha Texas
Depa��tment of Transportation (T�OT}:
a. Notify the Texas Department of Transportation prior to commencing any wo.rk
therein in accordance with the pravisions of tl�e pennit
b. All work perforin�d in the T�cDOT right-of wa� shall be perfortned in
coi�npliance with and subject to approval fram the �'exas Department of
Ti•ansportation
B. Work near High Valtage Lines
[ , Regu]atory Rec�tiiraments
a. All Wnrk nea�• High Voltage Lines (more than 600 volts measured between
conductors ar between a eanductor and the graund) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requir�ments.
3. Equipment operating within lQ �eet of high �oltage lines vvill require the following
safety features
a. Insulaiing cage�type of guard about the boom or arm
b. Insulatar linlcs on the iift hook cannections fof• back hoes ot• dippers
c. Equipment must �neet the safefy requirements as set fot`th i�y OSHA and �e
safety requirements of the owner of the high voltage [in�s
4. Work �vithin 6 feet of high voltage elect�ic lines
a. Notification shall be given to:
C[TY OF FORT WdRTH CI'I'YWIDE STOItM DRAIN Ti�1PROVEMENTS
STANpAkZD CONSTRUCI'EON SPEC3FICATIQN DOCUMENTS CITY YfidI�CT NO. 1-0fl092
Revised Marcts I l, 2022
Oi 3513-3
SPECIAL PROJECT P1tOCEDURES
Page 3 nf 8
1 l) The powar company (example: ONCOR)
2 a) Maintain an accurate !og of all such calls to power campany and record
3 action taken in each case.
4 b. Coordination with power company
5 I) After notification coordinate with the power cotnpany to:
6 a} Ej�ect tempoxary rnechanical barriers, de-energize the lines, or raise or
7 lovver the lines
8 c. No personnel may work within 6 feet of a high voltage line before the abave
9 requirements have been me#.
IO
11
12
l3
i4
15
16
17
C. Confined Space Entry Program
1. Provide and follow approved Confined Space �nt�y Program in accordance with
OSHA r�quirements.
2. Confined Spaces include:
a. Manh�les
b. All oiher cor�fir�ed spaces in acco�dan.ce with OSHA's Permit Required for
Confined Spaces
D. Use of E�plasives, Drop Weight, Etc.
1 S 1. Wh�n Contrac# Docutnents pet�nit on the project the following will apply:
19 a. Public Notification
20 1) Submit notice to City and proof of adequate insurance co�erage, 24 hours
21 priar to commencing.
22 2} Minimlun 24 hour public notification in accordance with Section O I 31 13
23 E. Water Department Coardination
24 1. During the canstiuctian of this praject, it will be n�cessary ta deacti�ate, for a
25 period of time, existing lines. The Contractor shal� i�e required to coordinate with
26 the Water Department to determine the 6est times for deaetivating and activating
27 those lines.
28
29
30
31
32
33
34
35
36
37
38
39
40
4l
42
2. Coordinate any event that wi11 requi��e cortnecting �o or the operation of an e�sting
City water line system with the City's representative.
a. Coordination sha11 be in accordanee with Section 33 12 25.
b. Tf n��ded, obtain a hydrant water tneter fcom the Water Depa�tment far use
dut•ing the life of named project.
c. In the event that a water valve on ar1 existing live syst�m be turned ofiand Qn
to accommodate the construction of the project is required, coordinate this
activity through the appropriate City representati�e.
1) Do not operate water line �a�ves of existing water system.
a) Failure to comply will render t�te Contractor in violation of Texas Penal
Code Title 7, Chaptea• 28.d3 (Criminal Mischiefl and the Con#racior
will be prosecuted to the full ext�nt of'the law.
b) In additian, the Cont�actor will assurne all liabilities and
respansibilities as a result of these actians.
CITY OF �'ORT WORTH
STANDARI} CONSTE2UCTION 3PECIFICATION DDCUMENTS
ltevised March l l, 2022
CITYWIDE STORM DRAI11 IMPROVEN�NTS
CI'T"Y PRO.lECT N€O. I OOD92
ai 3s �3-a
SPECIAL PROJECT PItOCEDURES
Page A pf &
F. Public Not�iication �'riar to Be�inning Construction
2 1. Prior ta beginning consfruction ora any 6locic in the project, on a block by block
3 basis, prepare a�id deli�er a notice ar flyer of the pending consttuction to the frant
4 door of each residence or business t17at will be impacted by construction. The notice
5 shall be pre�at•�cE as Follows:
G a. Post notice or flyer and City of Fort Woi`�h Door Hangers, 7 days p�•ior to
7 beginning any constr�ct:ion activity on each block in the project area.
8 I} Peepare fTyer on the Conteactor's letterhead and include the follawing
9 information:
]0 a} Name of Pinject
1 I b) City Prajeet No (CPN)
12 c} Scope oiPraject (i.e. type pf construction activity)
!� d) Actual const�-uction duration within the block
I4 e) Name of the contractor's foreman and phone number
15 f} Name af tkte City's inspector and phone nutnber
1G g) City's after-ho�u•s phone num6er
17 2} A sample of the `pre-consh'uctioil notification' flyet• is attached as Exhibit
18 A,
19 3} City of Fort Ulorth Door Hangers v�+ill be provided ta the Contractor fo�•
2Q distribution �vith their natice.
2 � 4) Submit schedule showing the construction start and finish time far each
22 blacic of the project to the inspector.
23 S) Deliver flyei• ta th� City Inspector fo�• review prior to dfstt•ibution.
24 b. No construction wi[I be allowed to begin on any block until the ilyer and doar
25 hangers ara delivei�ed to all residents of the blocic.
2G
27
28
29
34
31
32
33
34
35
35
37
38
39
40
41
�42
43
44
45
46
�F7
4$
G. Public Notification of Temporary Water Servica Interruption during Constructian
l. In the event it becomes necessary to temporarily shut down water service to
c•esidenCs or busir�esses during cansu•ucfion, prepare and deliver a natice or fiyer of
th� pending interruption to tlae fi-ont door of each affected resident,
2. Prepared no�ice as follows:
a. The notafication ar flyer shall be posted 24 haua�s priar to tha temporary
interruption.
b. Prepare flyer on the contractor's letterhead and include th.e following
info�•mation:
1) Name of the project
2) City Projeet Numher
3) Date af the interruption of se1'vice
4) Period the interruption will take place
5) Name of the c�ntractor's foreman and phone nutnber
C�} Name of the City's inspector ar�d phone number
c. A sample of the t�mporaiy water service interruption notification is attached as
E�ibit B.
d. Defiver a copy of the temporaiy interruption notificatian Eo the City inspector
fo�• re�iew prior to being dis�'ibuted.
e. No int�rruption of water ser�ice ean occur until the flyer has been delivered to
all affected residents and businesses,
f. Electronic versions of the sample flyers can be ohtained from the Praject
Cons#�•uction Inspecto��.
CI1'Y OI' FORT WORTH CITYWID& STORM DRAIN IMPROVEM�,NTS
STANDARD CO1VS'I'RUCTION 5P8CT�ICATION DpCUIV��IJTS CITl' PRO]ECT �IO. 100092
Revised March 11,2022
O13513-5
SPEClAL PROJECT FROC�DU[iE5
Page 5 nf 8
1 H. Coordinatian with United States Army Corps af Engineers (USACE)
2 1. At �ocations in the Prqject where construction activities occur in areas w�ere
3 USACE permits are requu•ed, meet a!i requirements set fo��h in each designated
4 perm it.
5
6
7
8
9
1Q
11
iz
13
I4
IS
16
17
18
l9
2Q
21
22
23
24
25
26
27
28
I. Caardination within Railroad Permit Areas
1
2.
3
At locations in the projec# where canstruction activitie� occur in areas where
railroad peem.zts are required, meet all requirements set iarth in each designated
railroad pe�•mit. This includes, but is not limited to, pr•ovisions for:
a. I'lagrnen
b. Inspectors
c. Safety training
d. Additional insurance
e, Insurance cei�#ificates
£ Other employees requu•ed ta� protect the right-af-way and propei�ty af the
Railroad Company from damage arising out of and/or fi•flm the canstruction of
the project. Proper utility clearance proceciures shall he us�d in accardance
with the permit guidelines.
Obtain any supplemental inforination needed to comply with the railroad's
requirements.
Railroad Flagmen
a. 5ubmit receipts ta City for verificatian of working days that railroad flagmen
were present on Site.
J. Dust Control
1, Use acceptable measure� to control dust at the Site.
a. If water is used to control dust, captuee and properly dispose of waste wa�er.
b. If wet saw cutting is pe��foi•med, capture and properly dispose of slurry.
K. Employee Pa.rking
1. Provide parking for ernployees at locations appro�ed by the City.
CITY tiF FOi2T' WORTH
STANDARD CONST[LUCTION SPECIFICATION BOCLIMENTS
Revised ll�iarch I 1, 2D22
CITYWIDE STORM DRATN IMPRDVEMENTS
CITY PR07ECT NO. ] 00092
013513-6
SPECIAL PROdEC'I' PRQCEDUI�BS
Page � af 8
1 1.5 SUBMITTALS [NOT US�D]
2 1.6 ACTION SUBMITTALS/IN�'ORMATIONAL SUBNIITTALS [NOT USED]
3 1.1 CLOSEOVl' SUBNIITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT US�D]
S 1.9 QUALITY ASSURANCE [NOT USED]
6 110 DEL�VERY, ST�RAGE, AND HANDLING [NOT USED]
7 111 FYELD ��I'I'E] CONDITIONS [NOT US�D]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
IO PAItT 3- EXECUT�ON [NOT U�ED]
11
12
13
END OF SECTION
Revisian Log
DATE NA1V� 51.TMMARY O�' CITANGE
1.4.B — A,dded requ�rement af compliance with Hea[th and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A�. Pu�[ic Safety, C��apte3• 752. High Voltage pverhead Lines.
1.4.� — Added Contractor responsibility for obtaining a TCEQ Air 1'ermit
IteEnove references to Air Pollution watcli Days and NCTCOG Cl�an conshvction
3/1 [l2022 M Owen Specit'ication require��ients. C[arify need fa3- Doar HangeE•s uncter in additian to
conh�actor notitication of ps�blie.
CITY OF FORT WORTH
STA%TDA1217 C�N�TRUCTION SPECLFTCATION ]70C1111�LENTS
Revisecl ivlarch l I, 2022
CITYWIDE STQRI�f llR,q1N IMPROVEHtIEDITS
CITY PR4JECT NO, 100D92
fl13513-7
SPECL4L. PRO1�C'C i�ROC�DUREB
Page 7 nf 8
2
3
4
5
b
7
8
9
16
ll
12
I3
14
15
16
17
i8
19
2b
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
3S
36
37
EXHIBIT A
(To be }�rinted on Coi�tractor's Lette�head)
Date:
CPN Na.:
Project Name:
Mapsca Location:
L�mits of Canstruction:
—
I
I �
�
� � I � `� I
I
�
iblS IS i011VF�RfVI YOIi ibAi UAl��R A CON�'�4C� 1lVlib TW� CIiY O� FORT
WORiFi, OUR COfV��Af�Y WI�� WDRK ON U�I�IiY LIN�S OAi OR AROUN� YOLJR
P�OP�R7Y.
CONsiRUC�IOF� V9IILL ��GIW A�PROXIfi��4��LY S1�V�R1 QAYS �I�Of� fw� �ATI�
OF iHIS NOiIC�.
IF YOU HAV� (�U�Sil01`4S A�OUY ACC�SS, S�CU�ITY, SA��TY OR ANY OTH�R
15SU�, PL�AS� CA��:
�VIP. <CON7RACTOR'S SUPERINTEND�N7> A'�' CTELEPHONE NO.�
OR
IV�C. �CI7Y INSPECTOR� i4� � TEL�PHONE NO.�
A�TI�R 4:30 �iVi OR OI� W��KI�RlDS, P��AS� CAL,L ��1�) 39� �3Q6
PLEASE FCEEP THlS FLYER HANDY WHEN YOU CALL
CI'I"Y OF FORT WORTH
STANI)AItD CONSTRUCTION SPECIrICAT10N DOCUM�NTS
RavisedMarch I I, 2022
C1TYtyI�E STpRM I]RA1N IMPTiOVBMENTS
C1TY PRO.IE�T7�0. IU0092
013513-8
SPECIAL PROdEC'f PROCEDURES
Page 8 of 8
1
2
EXHIBIT B
���T'�o�Tx
�:
� �� ��. �
��� �:
������ �� ��r������ �w�°�� ����c�
�������o�
bUE 'i'O UTILITY IMPRaV�14I�NT8 IN XOiJR NEIGHBORHOOb, YOUR
'VVA`I'EI� SERVICE V1+�T.�i. BE IIVTERRUPTED ON
HETWEEN THE HdlFRS QP' AND
iFYOU HAVk', QUE9'i'IONS ABOUT THIS Sii'CYT-OY7T, Pi�ABE CA,�.L:
MR. A'�
{CtlNTRACTQItS SUPERiNT�NDENT) (TELEP�ON� IVUMHER)
OR
MER, AT
(CITY TN$P�CTOCtj (TELEP�IONE NilMSER)
THIS YNCOIVVENIENCE WILi. SE AS SHORT AS YOSSIBLE.
TIiANIC Y�TJ, .
CONTRAC'FOR
3
4
CITY �F FQRT WORTH
STANDr1RD CONSTRUCTION SP�CETICATIQN DpCUl1�ENTS
Revised March l 1, 2022
CITYWIDE STQRM DRAIN IMFROVEMBNTS
CITY P]iOJEC'T' N0. l OQ092
fl14523
TE$TQ�TG AND 1NSPECTI03v SERV[CE5
Page I af 2
SECTION 4145 23
TE5TING AND 1NSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedtues and cQordination
B. Deviations from this City �f Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited ta:
1. Division 0—$idding Requirements, Cont��act Forms and Conditions of the Contract
2. Di�isian L— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Paynnent
1, Warlt assflciated with this Item is considered subsidiary to the various Zt�ms bid.
No separate payment will be allawed for this Item.
a. Cont�'actor is responsih�e %r p�rfor�ning, cooj•dinating, and payment of al!
Quality Cant�•ol testing.
b. Cily is responsible for performing ar�d payment far first set of Quality
Assurance testing.
1) If the iu•st Quality Assurance test performed by the City fails, the
Contractor is responsibie far payment af stibsequent Quality Assurance
testing until a passing test oecurs.
a) Final acceptance will not he issued by City until all required payments
for testing by Cont�actor have been paid in full.
1.3 REF�RENCES [NOT US�D]
1.4 ADMINISTRATIVE RE�UIREMENTS
A. Testing
1. Complete testing in accardance with th� Contract Documents.
2. Caordinatian
a. Wi�en testing is required to be performed by the City, notify City, su�ficiently
in ad�ance, when testing is needed.
b. When testing is required to be completed by the Con#ractor, notiiy City,
suf�cientl.y in advance, that testing will be performed.
3. Distribution of Testing Repo��ts
a. Electronic Distribution
L) Confu�tn development of Project directoiy for electranic submittals to be
upioaded ta the City's document management system, or another extet`na!
FTP site approved by ihe Ciry.
C1TY OF FORT WOFt1'H CTTYWTDE STQRM DRAIN IMPROVEMENTS
STANDARD CONSTRUCTIOW SPEGIFICATIOI�T DOCUIvIENTS CI"CY PR07ECT NO. 140a92
Revised March 9, 2020
� l 45 23
TE51'lNG A�ID ]TISPECTION SERVICES
Page 2 nf 2
2) Upload �est reports to desi�nated project dit•ecto�•y and notify appropi•iate
City i•epreser�ta#ives via email of submitta] posting,
3) Hard Copies
a) 1 copy for a11 submittals subm�tted to the Project Repf•esentative
b. Hard Copy Dist�•ibution (if required in lieLt of electronic dis�•ihuti�n)
I) Tests perfor�ned by City
a} Distribute i hai•d copy to the Cantcactor
2} Tests performed by the Contractor
a) Dis�t•ibute 3 hacd copies to City's Proj ect Rep�•esentative
4. provide City's Project Representative with trip ticicets for each delivered laac! of
Cancrete or Lime lnaterial including the following infoi•matian:
a. Name af pi#
b. Date of deliv�ry
c. Material delivered
B. Tnspection
1. Inspection ar lack of Inspection does nat re[ieve the Cont�•actor �rom obligation to
pei�farm work in accocdance w�th the Conteact Documents.
I.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLO�EOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NUT �TSED]
1.9 QIIALITY ASSURANCE [NOT USED]
L10 DELIVERY, STORAGE, AND HANDLING [NOT iTSED]
l.11 FTELD [SIT�] CONDIT�ONS [N(lT IISED]
1.12 WAXtRANTY [NOT USED]
PART 2 - PR4DUCTS [NOT USED]
PART 3- EXECUTION 11VOT IISED]
END OF SECTION
CITY OP FORT WORTH C[TYWIDE STORM DRAIN IMPRpVEM�,I�TS
STANDARp CONSTRLTCTION SPL,CIFICATION DOCIJMGIVTS CITY PRpJECT NO, l OQ092
Revised March 9, 2020
a i sa oo - �
TEMPDRARY FACILITIES AND CONTROLS
Page l of 4
5ECTION Ol �0 00
TEIVIPORARY FACII,ITIES AND CONTROLS
PART�- GENERAL
I.1 SIIMMAI7Y
A. Sectic�n Ineludes:
l.. Provide tenzporary facilities and eontrols needed f�r the Work including, but not
necessarily limited ta:
a. Temporaty utilities
b. Sanita�y facilities
c. Storage Sheds and Buildings
d. Du�t control
e. Tempora�y fencing of the construction site
B. Deviations fi•om this City af Foi�t Worth Standaxd Specification
1. None.
C. Related Specification Sections include, but are not necessat•iIy limited to:
1. Division Q— Bidding Requirements, Contract Fortr�s and Conditions of the Contract
2. Division 1— General Rec�uirements
1.2 PRICE AND PAYMENT PROCEDiJR�S
A. Measurenlent and Payment
1. Work associated with this Item is considered subsidiary to the �arious Items bid.
No separate payment will be allowed far this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNLINISTRATIVE REQUIREMENTS
A. Tennporacy Utilities
1. 06taining Temporary Servic�
a. Mal�e �rangements with utility seivice coznpanies for temporaiy ser�ices.
b. Abide by rules and regulations of utility service campanies or authorities
having jurisdiction.
c. Se responsible for utility service costs until Wark is approved for Final
Acceptance.
1} [ncluded are fuel, power, light, heat and othet• utility services necessary far
execution, completian, testing and initial operation of Work.
2. G�ater
a. Contraetor to provide water required for and in connectian with Worl� to be
perfaemed and %r specified tests af piping, equigment, devices or ott►er use as
requi�•ed for the campletion of the Wark.
b, Pravide and maintain adequate supply af potable water for domestic
cansumption by Contractor personnel and City's Pro�ect Representati�es.
c. Coordination
1) Gontact City 1 weel� before watef• for const�uction is desii•ed
CI'fY OF FORT WORTH CITYWLD� 5TOi2M DRA1N IMPROVEIvIEIJT5
STANDAIiD CON3TRUCT[ON SPECIFICATIOAIIJOCUMENTS CITY PR0IECT 1V0. 10UU92
[tevised July 1, 2b1 I
O] 5QQ0-2
T"EMPOIt.ARY FACILITI�S AND C�N'fROL5
Page 2 of' 4
L.
d. Co�tractni• Fayment for Canstruction Water
1) Obtain construction water meter from City fo�- payment as hilled by City's
established rates,
3. Electricity and Lighting
a. Provide and pay for elecC�ic powered ser�ice as rec�uued for Work, including
testing of Work.
I} Provide power for ]ighting, operation of equipment, or other use.
b. Electric power service includes temporary power service qr generator to
maintain aperations duf•ing scheduled shutdown.
4. Telephone
a. F'ravide emergency telephone service at Site for use by Cont�•actor persannel
and others perform[ng wflrk flr furnishing services at Site,
5. Temparary Heat and Ventilat[on
a. Provide te�nporary heat as necessa.ry for protection or completian of Wor'[c.
b. Pro�ide temporai•y heat and ventiEatio:n to assure safe worlcing conditions.
Sanitary Facilities
1. Provide and maintain sanitary facilities far p�rsons an Site.
a. Comply with regufations of State artd local departtnents of health.
2. Enforce use of sanitaay facilities by construction personnel at job site.
a. Enclose and anchot• sanitai�y facilities.
b. No discharge will be allowed fram these facilities.
c. Collect and stare sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than vcreekly intervals and properly
dispose in accordance with app[icable regulation.
3. Locate facilitiss n�ar Work Site and keep clean and maintained throughout Project
4. Remove facilities at com.pletion af Project
C. Storage Sheds and Building�
1, Provide adequateiy �entilated, wate��ight, weatl�erproof storage facilities with floor
above .ground levei for materials ar�d equipment suscept[ble io weatlier damage.
2. Storage ofmatea'ials not susceptible to weather damage rnay ba an blocks off
ground.
3. 5tore materials in a neat and orderly manner.
a. Flace materials and ec�uipmertt to pe�mit easy access for identification,
inspection and inventory.
4. Equip building with locicable doors and lighting, and pi•ovide eiectrical ser�ice for
�quipment space heaters and heating ot• ventiiation as necess.ary to provide storage
enviranments accept�ble to specifed manufacturers.
5, Fill an.cl grade site for temporary struc#ures to provide drainage away from
temporary and existing buildings.
b. Remove building fi•om site prior to Final Acceptance.
D. `I'emporary Fencing
l. Provide and maintain for the duration ar constE•uction v�lien required in conteact
doeuments
E. Dust Control
CIT�' OF FORT WpR'TH CITYWID� STqRM DRA1N IMPROVEMENTS
$'CAND11ItD C�NSTRUCTION SPEC[PICATION DOCUM&NTS CIT1' PROdECT NO. 100092
Revised 7uly l, 20] 1
01 50 00 - 3
T�MPORAR'Y FACILITTES AND CO1+1TRpL5
Page 3 of 4
1. Contr•act�r is 3•esponsible for maintaining dust control through the duration of the
pt•oject.
a. Contractor remains on-eall at all times
b. M.ust respond in a timely manner
F. Temporary Fratection of Cor�struction
l. Contractor or subcontractors are responsible far protecting Work fi•om damage due
to weather.
1.5 SIIBMITTALS [NOT IIS�D]
L6 ACTION SUSMITTALSIIN�'ORMATIONAL SiTBN�TTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USEDj
1.8 MATNTENANCE MATEIi�Ai.� SUBMTrTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND �IANDLING [NOT USEll]
1.11 FIELD [SITE] CONDITI�NS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODLTCTS [N�T C7'SED]
PART 3 - EXECLTTION [NOT USED]
3.1 IN�TALLERS [NOT USED]
3.2 EXAM�NATION [NOT IISED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. 1Vlaintain all tertzparary faciiities for duration csf construction acti�ities as needed.
3.5 [REPAXR] 1 [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [o�] SITE QUALITY CONTROL [NOT USED].
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT US�D]
3.10 CLEANING [NOT USED]
3.11 CLOS�4UT ACTIVITIES
A. Tempora�y Facilities
CITY QF FORT WO[t CH CI"I'YW{D� STORM DRAIN iA/IPROVEMENTS
5TANDARD CONSTRUC�ION SPECIFICATIDN DQCUMGI�'i� CTTY PRO.fECT NO. 100092
Revisedduly 1,2011
o� soao-a
TE�PORARY PACILITIES A1VD COIVTROLS
Page 4 of 4
l. Remave all temporary facilities and resto�•e area after completion of the Worlc, ta a
cottdition equal to or better thar� prioi• to start of Wot•k.
3.12 PRQTECTION [NOT USED]
3.13 M,A_1NTENANCE [NOT U��D]
3.14 ATTACHIVIENTS [NOT LTSED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FpRT WORTFI CITYWEDE STOAM DItAIl+I IMPRpVEMENTS
STANIJARI3 CdNSTRUC'I'TON SPECIFICAl'ION DOCUMENTS CITY PR07ECT NO. ]00042
Aevised 7uly 1, 201 l
a1552G-I
STIZE6T U5E FERMIT AND NIODIFICATIONS TO 7'Ri1FFIC CONTROL
Page I of 3
1
2
SECTION a1 �5 �6
STREET ZTSE I'ERMIT AND MODIFICATIONS TO TRA�'F'iC CaNTROL
3 PART 1 - GENT�AL
4 I.1 SUMMAIZY
S A. Section Includes:
6 l. Adrninistrative procedures for:
7 a. Street Use Permit
8 b. Modif'ieatifln of appraved traffic cantrQl
9 c. R�mo�al of Street Signs
10 B. De�iations fronl this City of Fort Worth Standacd Spec�'ication
11 I. None.
12 C. Related Specification Sections include, but are not r�ecessarily limited to;
13 1. Division 0—Bidding Requirements, Co�tract Forms and Conditidns of it�e Conf�act
1�4 2.. Di�ision 1— Ge�leral Requirements
IS 3. Section 34 71 13 — Traffic Controj
16 1.� PRICE AND PAYML�VV'r PROCIDiIRT�S
l7 A. Measurement and Payment
18 I. Woz•l� associated with this Item is eansidered subsidiary to the various Items bid.
19 No separate payment will be allaw ed for this Item.
20 1.3 RF�I'EREnFC ES
21 A. Reference Standards
22 1. Refer�nce standards cited in this speciiication refer to the currentreference stanclsrd
23 publis�ed at the tirne of the latest revision date logged at the end of this
2,4 specification, unless a date is specifcally crted.
25 Z. Texas Manual on Uniform TrafFic Control Devices {TMUCCD).
26 1.4 ADMIl�IS'l1tA'�`IVE RFiQUIREN�TTS
27
28
29
30
31
32
33
34
35
36
A Traffic Conti•ol
1. General
a. Contractor shall rninimize lane closures and 'unpact to vehicularlpedestrian
traffc.
6. When traffic control plans are included in the Drawings, provide Traffie
�onirc�l in accordanee with Drawings and Sectiar� 34 71 13.
c. �Vhen traf�'ic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
revie�w.
1) Allow minimum 1Q working days for review of pi•oposed Traffic Control.
CiTY OP PORT WQRTH
STANDARD CQNSTRUCCIQN SPECIF'ICATIOI�i DDCUMENTS
Revised Mareh 22, 2021
CITYWID� STOitM DRAIN IMPROVEMENTS
C[TY PRQ7ECT NO. 100092
01 55 2E - 2
ST REET USE PEIiMC I' AN� MOD�ICATIONS TO TRAFFIC CONTROL
Page2of3
1 2) A traf�c contrnl "TypicaP' pu6lished by City of Fort Warth, the Texas
2 Manual Unified Traffic Control Devices (TMUI'CD} or Texas Department
3 of Transportation (TxDOT') can b� used as an alternative ta preparing
4 projectlsite specific traffic conti'olplan iftl�e typical is app]icable to the
5 specific projectlsite.
B. Street Use Permit
8
9
10
11
12
13
14
]5
16
17
18
19
20
21
22
23
2�
1. Prinr tn installation of Traf�ic Control, a Gity Street Use Permit is �•equired.
a. To obtain 5tt•eet Use Permit, submit Traffi� Control PIans ta City
'I'ransportation and Pu6lic Worlcs Depar�nent.
1) Allow a mu�imum of 5 wof•king days far permit t•eview.
2) It is the Contractar's responsibility to coordinate re�vie�r ofTraftic Contt•oI
pla.ns for Street iJse Permit, such that construction is not delayed.
C. Modification to Appraved Traffie Cont�•ol
I. I'rior ta instal[ation traffc control:
a. Submit revised traf�c cont��nl plans to City Depa.t•tinent Trar�sportation and
Public Works Departrr�ent.
1} Revise Trafixc ConY�•nl plans in accordance with Section 34 7I 13.
2} Allow mininnum 5 worl<ing days for t�eview of re�ised Traff'ic Cantrol.
3) It is the Contractar's responsibility ta caoz�dinate review of Tra#'�c Cant�•al
plans foz• Stre�t Use Permit, such that consti�uction is not delayed.
D. Removal nf Street Sigr�
L[f it is determined that a stree� sign must be removed for conslruction, then contact
City Ti•ans�ortatian and Public Works Department, Signs ancl Markings Division ta
remove the sign.
25 E. Tempoz•ary Signage
26 I. In the case of regulatary signs, r�place permanent s ign with ternporary sign meeting
27 requieements of the latest edition �f the Texas Manual an t7niform Traffic Control
28 Devices (MUTCD).
29
30
31
32
33
34
2. Install temporary sign 6efore the remo�al o� permanent sign.
3. Wl1en construct�on is complete, ta the extent that the pet�manent sign can be
re.installed, contact tk�e City Transportation and Public Worlcs Department, S.igns
and Markings Division, ta reinstal[ the p�rrnanent sign.
F. Teaffic Control Standa�•ds
1. Traffc Control Standards can be fo�nd on the City's website.
�s i.� su�n�Tr�,s �NOTusEn�
36 A. Submit all required documentation to City's Froject Rep�•esentative,
CITY OP FORT WORTH CI'['YWID� 5T�I2M DRAIN IMPRQVEMENTS
STANDAR� CONSTRUCTION SPECIFIC`r1T10N DbCEIMP.NTS CITY PRp,TECT NO. 1Qfl092
Revised March 22, 2021
01 5526-3
STREET US� P$RMIT AND MOAIFICATIONS TO TRAFFIC CONTROL
Paga 3 of 3
1
2
3
4
5
6
7
8
1.G ACTION �UBMITTALS/INk'ORMATIONAL SUBII�IITTALS [NOT IISID]
1.7 CLO�EOiIT SUBNIITTALS [NOT IISID]
1.8 MAINI�N�NCE MA'1'�AL Si7BNIITTALS [NOTUSID]
1.9 QUALITY ASSUIZANCE [NOT USIIl1
1.10 DELIVERY, STORAGE, .Al� IIANDLING [NOT LTSID]
1.11 FIII�D [SITG] CONDI'I�DNS [NOT USID]
1.12 W�RRANTY jNOT USID]
PART 2 - PRODUCTS [NOT USID]
9 PART 3- EXF�CUTION [NOT USID]
10
�
ENl) OF SECTION
Revision Log
DATE NAME S[_JMMARYOFCHANGE
1.4 A. Added lang�age to emphasize minvnizing of lane closures and 'uuQact Co
traffic.
3 /2 212 0 2 1 M Ou�n 1.4 A. i. c. Added language to Aflow for use of pu6lished traffic control "Typicals" i
appiicable to specific projecl/site.
1.4 P. 1) Remnved reference to �uz2saw
1.5 Added language re: suUmittal of permit
T2
C1TY OP FORT WORTIi
STANDARB CONSTRUCI'ION SPECIFICATION DOCLIMF.�I'I'S
12evisecl March 22, 2Q2 f
CITYIVIDE STORM DRATN Il4il'ROVEMEIVTS
CITY PR07ECT NO. 100042
O15713-1
STORM WAT�R POLLUTiON PREVEIVTIQN
Page I of 3
SECT�ON 015713
STORM WATER FOLLUTION PREVENTION
PARTI- GENERAL
11 SIIMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations frnrn this City af Foft Worth Standard �pecif cation
1. None.
C. Related Specification S.�ctions include, but are not necessarily limited ta:
1. Division 0— Bidding Requirements, Contract Farins and Conditions of th�
Conteact
2. Division 1— General Requireinents
3. Section 31 25 00 — Erosion and ��diment Control
1.2 PRICE ANI) PAYMENT PRQCEDUR�S
A. Measurement and Payment
1. Construct�on Aetivities resu�ting in less than 1 acre of disturbance
a. Wot�k associated with this Item is considered subsidiary to the var�ous �terris
bid. No separate paytnent �ill be allowed for this Ttem.
2. Construction Activities resulting in greater than l acre of distu�•bance
a. Measuremeiit and Paymant sha[[ be in accoedanee wi#h Section 31 25 00.
1.3 REF�R�NCES
A. Ab6ret�iations and Acronyms
1, Natice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollutian Pr�evention Plan: SWPFP
4. Te.�as Coinmission on Environ�nental Quality: TCEQ
5. Notice of Chan�e: NOC
A. Reference Standaa•ds
l. Reference standards cited in this Specification refer to the current refer�nce
standard published at the t�me of the Iatest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Manag�ment (iSWN[} Technical Manual for Construction
Controls
1.4 ADM�STRATNE REQUIREMENTS
A. Genet•al
1. Contractor is �esponsible for resolution and payment ofany fines issued associated
with campliance to Stormwater Pollution Prev�ntion Plan.
CITY QF FORT IWORTH CI'1`YWID$ STORM DRAI.N IMPROVEMF:I�lTS
STANDARll CONSTR[JCTIOh1 SPECIPICATION DOCUIkI�NTS CITY PROdECT NO. I QOa92
Revised.luly 1,2011
O157 �3-2
STDR�v1 WAT�R I'OLLUTIOIV PIZF,V�1"I'1`[ON
Page 2 of 3
B. Construction Activities t•esulting jn:
1. Less than 1 acre of distu�bance
a. Pro�vide erosion and seditnent control in accordance with Section 3] 25 00 and
Drawings,
2. 1 to less than S acres of disturbance
a. Texas Pol�utant Discha�'ge Elimination System (TPDES} Genera! Consti•uction
Permit is required
b. Complete S WPPP in accordance with TCEQ requieements
1) TCEQ Smal1 Construction Site Notice Requireci under general permit
TXRISOQDO
a} Sign and post at�ob site
b} Prior to Preeonstruciion Meeting, setzd 1 capy ta City Department of
Trat�sportation and Public Works, �nvironmental.Division, (817j 392-
soss.
2) Pravide erosion and seciiinent cantrol in accordance with:
a) Section 31 25 00
b) The Drawings
c} TXR150000 General Permit
d} SWPPP
e) TCEQ t�equirements
3. S acz•es or more of Disturbance
a. Texas Pollutant Discharge Elimination Syst��n (TPDES) GeneraI Const�•uctic�n
Permit is required
b. Complete SWPPP in accordance witn TCEQ requir�ments
1} Pre�are a TCEQ NOI form and submit to TCEQ along �vith required fee
a) Sign and post at jo6 site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, {817) 392-6088.
2) TCEQ Notice of Change �•equired if making changes or updates to NOI
3) Provide erosion and sediment conU'ol in accordance with:
a} Section 31 25 00
b} The Drawings
c) TXR15Q000 Geiieral Permit
d) S WPPP
e) TGEQ requirements
4) �nce t�e pro3ect has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submstted.
a) Send copy to City Depa��ttnent of Transportation and Public Works,
Environm�ntal Division, ($17) 392-608H.
1.5 SiISMITTALS
A. SWPPP
Submit in acco�•danee witkl Section O1 33 00, except as stated hej•ein.
a. Prior to the Preconstruction Meeting, submit a draft copy of S WPPP to the City
as follows:
1) 1 cflpy to the City Project Manager
a) City l'rojeci Manager will fai^waa'd to the City Department of
'I'ransportation and Public Works, Environ�nental Division far review
CITY OF F4RT WORTIi CITYWIUE STORM 1]RAIN IMPROV�MENTS
3TANDAAD CONSTIZUCTIDN SPECIFICATION DOCUMENTS CITY PIZOdBCT NQ, iU0092
Revised July l, 2011 '
015713-3
STORM WATER POLLU7'[ON PREVENTION
Page 3 of 3
B, Modifed SWpPP
1. If the SWPPP is re�ised during constructian, resubmit modified SWPPP to the City
In accordanc� with Section O 1 33 QQ.
1.6 ACT�ON SIIBMITTALSIINI'ORMATIDNAL SUBMITTALS [NOT USED]
I.7 CLOSEOUT SUBMITTALS [NOT USED]
I.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSL1:[RANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING jNOT L7SED]
1.�,7. FI�LD [SITE] CONDITIONS [NOT USED]
7.12 WARRANTY [NOT USED]
PAR�' � - PRODiTCTS [NOT USED]
PART 3 - EXECUTION [NOT i]SED1
END OF S�CTION
Re�ision Lng
DATE NAl1� SUMMARY OF CHANGE
CTTY OF FORT WORTH CI'I'YWID� STORM DRAIN IMPROV�METIT'S
STAIVDARD COIISTRUCTION SPCCIC'[CATIONDQCUM�NTS C1TY PAO.IECTNO, LOp092
Revised July 1, 2011
Q15813-1
TEMFORARY PROIECT SIC�NAGE
Page 1 nf 3
SECTION 015813
TEMPORARY PRO.IECT SIGNAGE
PART 1 - G�NERA,L
Ll SUMMARY
A. Section Includes:
1. Temparary Project Signage Requirements
B. Deviations from this City of Fort Wortih Standard Specification
1. None.
C. Related Specification Sections include, but ai•e not necessarily limited to:
1. Division 0— Bidding Requirements, Contcact Forms and Conditions of the Contt•act
2. Division 1— General Requiremes�ts
1.2 PRIC� AND PAYMENT PROCEDQRES
A. Measurement and Payment
1. Work associated with this Item is car�sidered subsidiary to tha various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCE� [NOT USED]
1.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS [NOT USED]
1.6 ACTI4N SIIBMITTALS/INFORM�TiONAL SUBMITTALS [NOT USED]
1.7 CLOSEUUT SUBMITTALS [NOT US�D]
1.S MAINTENANCE MATERTAL SUBMITTALS [NOT USEDJ
1.9 QUALZTY ASSLTR�iNCE [NOT TJSED]
1.10 DELIVERY, STORAGE, AND HANDLIN� [NOT USED]
1.11 FIELD [S�TE] CONDITIONS [NOT �[TSED]
I.I2 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-�URNISHED �o�] OWNER-SUPPLIEDPRODUCTS [N�T IISED]
�.� EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criferia
1. Provide free standing Project Designation Sigr� in accordar�ce u+ith City's Standard
Details for project signs.
C1TY OF FORT WqRTH CiTYWID& ST(}RM DAAiN IMPROVEME3VT5
STANDARD CONSTRUCTIOIV SPGCIFICATiON DflCUMENTS Ci1'Y PRQ7ECT NO. 1b0092
Revised July 1, 201 l
OI5813-2
TEMPORARY PR07ECT SIC,NAGE
Page 2 of 3
B. Materials
7. Sign
a. Constructed of 3/-inch iii� plywood, grade A-C (exteripr) or be�ter
2.3 ACCESSORIES [NOT US�D]
2.4 SOURCE QUALITY CONTROL jNOT USEDI
PART 3 - EXECUTTON
3.1 INSTALLERS [NOT LTSED]
3.2 EXA,,MINATION jNOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of pj•oject.
2. Relocate sign as needed, upon requesi of the City.
B. Maunting options
a. 5kids
b. Posts
c. Barric.ade
3.S REPAIR 1 R�$TORATIOIV [NOT USED]
3.6 RE-INSTAi.T�AT�ON [NOT USED]
3.7 FIl�'.LD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUp [NOT USED]
3.9 ADJLTSTING [NOT US�D]
3.10 CLEANING �NOT USED]
311 CL45EOIIT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
313 MAINTENANC�
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACIIMENTS �NOT USED]
�ND O�' S�CTIQN
C1TY OF FaRT WORTH CITYWIDE STORM DRt�,IN IMPROVEMENTS
STANDARD CQiVSTRUCTION SPECIFICATION DOCUMEIVTS CITY PROJEC'T Ni�. 1 OOQ92
Revised ]uly l, 2fl11
01 58 13 - 3
'I'EMPORARY PR07ECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME S[JMMARY OF CH.�NG�
C1TY OF FOAT WOItTH CITT'WIDE STORM DRAIN IMPRQVEMEIVTS
ST:ANDARD C�NSTRUCTION SI'ECIFICATION DOCLJ.MENTS CITY PR07�CT NO. I pp092
Itevised luly l, 2011
O1 Gp p0
PRbDUCT REQU[REM�NTS
Fage l af 2
SECTION 41 60 00
PRODUCT REQUIREMENTS
PART 1- GENER.AL
l..l SUIVIMARY
A. Sectipn Includes:
1. References foi� I'roduct Requieements atld City Standard Pi•aducts List
B. Deviatians frorn this City of Fort Worth Standard Specifcation
I. None.
C. Related Specification Seetions include, but are not necessarily lizx�ited ta:
1. Division Q— Bidding Requirements, Conteact Fo�•ins and Conditiflns of the Cantract
2. Division 1— General Requirements
l.2 PRICE AND PAYMENT PROCEDiTRES [N4T USED]
1.3 REFERENCES [NOT U�ED]
1.4 ADMIlVISTRATI�E REQUIREMENTS
A. A list of City appraved products for use is available thraugh the City's website at:
https:l/apps.fortworthtexas..gov/ProjectResources/ and follov�+itag the directoi•y path;
Q2 - Construetion DocumentslStanctak�d Products List
B. Only products specifically included on City's Standa�•d Product List in these Coi7tract
Documents shall be allowed for t�se on the Project.
L Any subsequently approved products will anly be all�wed for use apan specifc
apprqval k�y the City.
C. Any specific prodact requirements in the Cantract Documents supersede similar
products included on the City's Standard P�•oduet List.
1. The City resei�+es the righf to not allaw products to he used for ce�•tain projects e�en
thnugh the product is listed on the City's Standard Product List.
D. Although a s.pecific product is included oi1 City's Standard Product List, not all
products from that �nani�fa.cturei• are appraved fot• use, includin� but not limited ta, thaf
man�facturer's standard product.
E. See Section Q1 33 00 for submittal rec�uirements of Praduct Data included fln City's
Standaxd Product L�st,
1.5 SUBMITTALS [NOT iTS�D]
1.6 ACTION SUBNIITTALS/INFORMATIDNAL SUBMITTALS [N�T USED]
1,'� CLOSEOUT S[7BMITTALS [NOT USED]
1.8 MAINTENANC� MATERIAL SUBMI�TALS [N�T USED]
1.9 Q[TALTTY AS�URANCE [NOT U�ED]
Cl'PY OF PORT WORTH CITYVJIDE S'I'ORM DRA1N IMPROVEM�NTS
STANDARI3 CONSTRUCTION SPECIFICATIpi�1 DOCUMEIVTS C[TY P3tQJEGT NO. 10�092
ltevised Merch 9, 2020
01 60 00
pRODUCT R�QU112EMENTS
Page 2 of 2
I.I� DELIVERY, STORAGE, AND HANDLING [NOT USEDJ
1.11 RIELD jSITE] CONDXTIONS [NQT i1SED]
1.12 WARRANTY [NOT USED)
PART 2 - PRODIICTS [NOT USEDj
PART 3 - EXECTITION [NOT IISED]
END O�' SECTION
Ravision Log
DATE NAM� SUNIMAItY O� CHANGE
10112/12 D. 7ohnson Modified Locatian afCity's Standard Pibdnct List
31912�2� D.V. Magana ���Oved reference lo Buzzsaw and nnted tkat the City apprave<i �roducts list is
accessible through the City's we6site.
C1TY OF FORT WQRTH CITYWIDE STORIvI DRA[N IMP120VEM.ENTS
STA]+t17AT2D CONSTRUCTION SPECIFICATION DOC[.1MENT5 CITY PROIECT NO. ] 00.092
Revised March 9, 2020
0I G6 OQ - 1
PROpUCT STORAGE AND HAN�LiNG REQUIREMENT�
p&nC � af 4
SECTION OI G6 00
PRODLTCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section.Includes:
l. Scheduling of product deli�ecy
2, Pacicaging af products for deIivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh en�ironments
B. Deviaiions fi•om this City af Foi�t Wari[� Standard Specif cation
1. None.
C. Related Speei%cation Sections include, but are not neeess.arily limited to:
1. Division Q-- Bidding Requiremen#s, Contract Farms and Conditions of tne Co�ltcact
2. Division 1— Gene�'al Requii•e�nents
1.2 PRIC� AND PAYMENT PROC�DURES
A. Measurement and Payrnent
l. �Nork associated with this Item is considered subsidiaiy to the various Items bid.
No separate payment will be allowed for this It�zn.
1.3 RET��R�NCES [NOT iISED]
1.4 ADMINISTRATIV� REQUIREM�NTS [NOT USED]
1.5 SUBM�TTALS [N�T U�EDj
1.6 ACT'ION SIIBMITTALS/INFORMATIONAL SUBMTT�'ALS [1�TOT i7SED]
1.7 CLO�EOUT SUBMITTALS [NOT iTSED]
1.8 MAINTENANCE MAT�RXAT, SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
�.10 D�LTVERY AND FIANDLING
A. Deli�ery Requirements
l. Schedule deliveiy of products or equipmeni as rec{ui�ed to allow t.imely installation
and to avoid pralonged storage.
2. Provide appropt•iate personnel and equipment to receive deliveries.
3, Delivery trueks will not be permitted to wait extended periods of time an the Site
far personnel or equipment to receive the delivery.
CITY OF FORT WOR'CH CITYWIDE 3TORIv1 DRA[N IMPROVEMENTS
51't�NDAR➢ CONSTRUCT[qN SPECiF1CATION DOCUMENTS CITY PROJECT NQ. 100092
Re�ised July 1, 2p 1 i
o� 6son-a
PRODUCT STORAGE AND HAIr[�LING REQUIR�M�i�ITS
Page 2 of 4
�1. Deliver pcoducfs a�• equipment in manufacti.u•er's original unbroken cai�tans ar other
containers designed and constructed to pratect the contents from pl�ysical ar
�n�ironmental damage.
5. Clearly and fuliy tnarlc ar�d identify as to manufacturei•, item and in5tallation
location.
6. Pi�ovide manufact�rer's instructions for storage and handling.
S. Handling Requir�tnients
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requi�'ernents
1. Store tnaterials in accordance with manufacturer's reco.mmandations and
requirernents of these Specificaiions.
2. Malce necessaty provisi�ns foi• safe storage of materials and equipment.
a. Place loose soil materiais and rnaterials to be in�orporated into Worlc to prevent
damage to any part of Work or existing facilities and io maintain free access at
all tinles to afl parts of Work and to utility service campany installations in
�ieinity of Work.
3. Keep ma#erials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenanis and oecupanis.
a. Arrange stoi�age to pra�id� easy aecess for inspection.
4. Restrict storage ta areas available on construction site for storage of material and
equipment as shown on Orawings, ar approved by City's Project Representative.
5. Provide off-site storage and protectian when on-site storage is nnt adequate.
a. Provide addresses af ar�d access to off-site storage locations for inspection by
City's Project Representative.
6. Do not u�e lawns, grass plots or other private property for storage purposes without
written permissio� of owner or athe� person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8, Neatly, saFely and compaatly stack materials deli�ered and store�i alor►g line of
Wark to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from iire hydrant.
9. Keep public ancf private driveways and street crossings open.
1 Q. Repair or replace damaged lawns, sidewalks, streets or ather improve��rents to
satisfaction of City's Project Representative.
a. Total letagth wluef� materials may be distribuied along route of construction at
one time is 1,Q�0 linear feet, unless otherwise appra�ed in writing hy City's
Project Representative.
C1TY OF FORT WORTH Cl1'YWIDE STORM DRAIN 1NEPROVEivTENTS
STANDARD CONSTRUCTION SPECIFICATIt�N DOCUMENTS CITY PRO.TECT NO. 100092
Revised 7uly ], 201 l
4l{a6fl0-3
PRODUCT STdRAGE A?YR IIt1NDLING REQU11t�ivlENTs
Page 3 of 4
1.] X FIELD [SITE] CONDITIONS [NOT IISED}
112 WARRANTl' [NOT i7SED]
PART 2 - PR�DUCTS [NOT USED]
PART 3 - EXECT7TION
3.1 1NSTALLERS jN�T USED]
3.2 EXAMINATION [NOT USED]
3.3 PR�FARATIQN [NOT USED]
3.�4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATYON [NOT USED]
3.G RE-INSTALLATION [NOT USED]
3,7 ��ELD [oR] SITE QUALITY CONTRQL
A. Tests and Inspections
1. Inspect all products or ec�uiprnent delivered to the site prio�' to unloading.
B. Non-Conforrning Work
1. Rej ect all products or equipin.ent that are damaged, used or in any ather way
unsatisfactary fo.r use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITI�S [NOT USED]
3.12 PROTECTION
A. Protect aiI pt•oducts or equipment in accordance with manufacturer's written di�•ections.
B. Store prflducts ar equipment in location to a�oid physical damage to ite�ns whil� in
storage.
C, Pratect equipment fi•om exposure to elements and keep thoi•oughly dry if required by
the manufacturer,
3,13 MAINTENANCE [NOT USED]
3.14 ATTACHM�NTS [l�TOT USED]
END OF SECTION
CTTY OP FORT WQR1'H CITYWIDE STpRFv1 ARAIAi IMPROVEMBNTS
STANDARI7 CONSTRUCTION SPECI�ICATION DOCUIvtENTS C1TY PRO.fEC'f N0. 100092
Revised 7uly l, 2011
016600-4
PRODl1C1' S1'ORAGE AND I�IANRLING REQUIR�M�NTS
Page 4 of 4
Revisinn Log
DATE NAME SUMMA1tY OF CHANGE
CITY OP FORT WQRTH CITYWIDE STpRM DRAIAI I[u1PROVEMENTS
STANDAI2D CONSTRUCTION SPECIFICA'11C33V DOCUMENTS CITY PRp7ECTN0. jOQ042
Revised luly l, 2Dl 1
01 7D 00 - 1
MQBILiZATION AND REMOBILIZAT[01+1
Page l of 4
1 S�CTION O.i 70 00
2 MOBILIZATION AND REMOBIL,IZATION
3 PARTI- G�NERAL
A 1.1 SUMMARY
5 A. Section Includes:
6 1. Mobilization and Demobilizatio�
7 a. Mobifization
8 L) Transpoi�tation of Contractor's personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessaiy general facilities for the Contractor's aperation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor's personnel, equipment, and operating supp[ies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities �or the Contractor's operatian
1G fro�n 1 location to anotl�er locatian on the Site.
17 b. DE.mobilization
18 1) Transportation of Contractor's personnel, equipment, arad aperating supplies
19 away fi•om the Site including disassembly
20 2) Site Clean-up
21 3) Removal of a!I huildings and/or other facilities assemb[ed at the Site for this
22 Contract
23 c. Mabilizatian and Demobilization da not include activities for specific items of
24 wark that are for which paymeni is pro�ided elsewhere in the confi�•act.
25 2. Remobilizalioq
2G a. Remobilizatian for Suspension of Work specifically required in the Con��-act
27 I3ocumertts or as raquired by Cify inc[udes:
28 I} Demobilization
29 a) Transportation of Contractor's personnel, equipment, and operating
3�
31
32
33
34
35
3G
37
38
39
4Q
41
42
43
�4
2)
3)
supplie� fr�om the Site inc[uding disasse�nbly or temporarily securing
equipment, supplies, and other fac[lities as designat�d by the Contract
Documents necessar� to suspend the Wark.
h) 5ite Clean-up as designated in the Contract Documents
Remobilization
aj Ti•anspa��tation of Contractor's p�rsonnel, equipment, and aperating
supplies to the Site necessat�y to resume the Work.
b) Establislunent af necessary general facilities far the Contractor's
oparation at the 5ite necessaty to resume the Wor[z.
No Payments will be made for:
a) Mabilizatzon and Demobilization from one locatian to anoth�� pn the
Site in the normal progress of perfoi�ming the Work.
b) Stand-by or idle time
c) Lost profits
C[T1' OF FORT WORTH CiTYWIDE ST012M DRAIN IMPROVEMEN'TS
STANDARD CpNSTRUCTION SPECIFICATIOIV DOCUMENTS CITY PRpJECT N�. 100Q42
Revised Novem�er 22, 2616
a� 7000-z
MaBILI7AT{Ui�! AIVD 1t�MbIIILIZA'!'IQN
Page 2 of 4
1 Mo6.ilizations and Demobilization for Miscellaneaus Projects
2 b. Mobilization and Demobilizal:ion
3 i} Mobilizatian shall consist of the activities and cost on a Work Order basis
4 necessary for:
5 a) Transportation of Contractnr's personnel, equipment, and operating
G supplies to the Site far the issued Work Order.
7 b) EstablisYunent of necessary genet•al facilities for the Cont�-actor°s
8 nperation at the S1te far the issued Work Order
9 2) Demobilization shalI consist of the activities and cast necessa�y for:
IO a) Transpoitation of C�ntractoY's personnel, equipmentx and operating
11 supplies from the Site inc�uding disassembly fot• aach issued Work
12 Order
l3 b) Site Clean-up for each issued Work Order
!4 c) Removal of all baildings ot� other facilities assembled at the Site fQr
15 each Woz•ic Oder
16 c. MobilizatiQn and Demobilization do not include activities for speciiic items of
17 work for which payment is pravided elsewhere in the contract.
18
i9
20
z1
22
23
24
3. Emergency Mobiiizations and Detnobilization for Miscellaneous Projeats
a. A Mabilization for Miscellaneous Proj ects when direeted by the City and tl�e
mabilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations Fi•am this City of Fart Worth Standvd Specification
1. None.
C. Related Speci$cation Sectians include, but are n.ot necessarily limited ta:
1, Di�ision 0— Bidding Requirements, Cont�•act Forms and Conditians af the Contr•act
25 2. Division L— General Requirennents
2{� 1.2 PRICE AND PAY�NT PROCEDURES
27 A. Measurement and Fayment
28 1. Mabilization ar►d Demobilizattiot�
29 a. Measure
30 1} This item for WaterlSewer improvements is conside�'ed subsidiary ta #he
31 various Items bid.
32 2j "Mobilizatinn — I'aving," "Mobilization -- Drainage," andlor "Mabilizatian
33 — Pavin�IDa�ainage" will be measured 6y the lump surn or each as the work
34 progresses. Mobilization is calculated on tl�e base bid nnly and wiIl not be
35 paid iar separately on any additive alternate i#ems added to the Contract.
36 3) Demobilization shall Ue considered suhsidiary ta the various bid items.
37 b. Payment
38 1) The vvork performed and materials furnished in accordance wifih this Item
39 far WaterlSewet• improvements are subsidiary to the vat�ious Items bid and no
4q other compensation will be allowed.
41 2) "Mobilizatian — Paving," "Mobilization — Drainage," andlor "Mobilization
42 — Paving/Drainage", the adjusted Contract amount will be calculated as the
�3 tatal Contract amount for pa�ing, drainage or pavingld�°ainage improvements
4� less the lump sum for mobijization. Mobilization shall be rnade in partial
45 paymen�s as follows:
CITY OE FORT WORTH Cl'I'YWIDE STORM DRAIN IMI'ItOVEIvI�NTS
STANDARII CONSTRUCTION SPECIFICATION DOCUMENTS CI`CY PR07ECT NO. 10�092
Revised Novem6ar 22, 2016
ai�ooa-�
MO➢ILIZATEO?�f AND R�MOBILIZATION
Page 3 of4
1 a) Wl�en 1% of the adjusted Contract amount far construc�ion Items is
� earned, Sp% oF the mnbilization lump su�n bid will be paid.
3 b) When 5% of the adjusted Contract amaunt for constr�ction Items is
4 earned, 75% of lhe mobi[ization lump sum bid will be paid. Previous
5 payments under the Item wi11 ba deducted froin this amount.
6 c) When IO% of the adjusted Contract amount foi� construction Items is
7 earned, 100°1a af the mobilizatian lutnp sum bid will be paid. Pre�ious
S payments undei� the Itein will he deducted fi•orn this amount.
9 d)A bid containing a total for "Mobilization" in exeess nf IO% of total
10 paving, drainage or paving/drainage contract s�all be eo�zsidered
11 unbalanced and a cause far consideration of rej�ctian.
12 3} The work performed and matarials furnished foi• demobilization in
13 aeco�-dance with tkus Item are subsidiary to the various Items bid and no ather
14 corrzpensation wi116e allowed.
15 2. Remobilization fot' suspension of Work as specifically required 1n the Confract
16 Dacuments
17 a. Measurement
18 1) Measw•ement for this Item shall be pei• each remobilization performed.
19 b. Payment
20 1) The woric perfoemed and materials fiu�nished in accordance with this Item
21 and measl.u•ed as provided under "Measurement" will be paid for at the unit
22 price pe�• each "Specified Remabilizatian" in aecordance with Cantract
23 Documents,
24 c. The price shall include:
25 I) Demobilization as descrihed in S�ction I.1.A.2.a.1)
2G 2} Remobilization as described in Section 1.1.A.2.a.2)
27 d. No payrnents will be made for standby, idle time, or lost profits associated this
28 Item.
2� 3. Remobilization for suspension of Worlc as required by Ciiy
3� a. Measurement a�d Paytx�ent
3l 1) This sha11 be submitted as a Contz�act Cfaim in acco��dance �ith Ai�ticl� 10
32 of Section DO 72 00.
33 2) No paymenls will be made for standby, idle t�me, or los� profits assaciated
34 with this Item.
35 4. Mobilizatians and Demobilizations for Miscellaneous Projects
3G a. Measurement
37 1) Measurement foi• fhis Item shall be for each Mobilrzatian and
38 Demobilizafioii z•equired by the Contract Documents
39
40
41
42
43
44
45
4G
47
48
49
b. Payment
1) The Work perfornied and materials furnish�d in accordance with this Item
and measured as provided undef• "Measurement" will be paid for at the unit
price per each "Wark Order Mobilization" in accordance with Contract
Documents. D�mobilizalion shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include;
1} Mabilization as described in Section 1.1.A.3,a,1)
2) Dernohilization as described in Section 1.1.A.3.a.2)
d. No pay�nents �ill be made for standby, idle time, or last pro�its associated this
Item.
CITY ON' FORT WOItTE3 CITYVVI��STORRh DRAIN IIv1PROVEM�3N"I'S
STANDARD CON5TRi1CTION SPECIFICA'T[ON DOCUMENTS CITl' P[tOJCCT NO, 1Op092
Revised [+Iovember22, 2016
oi �ooa-a
MOBIL[ZAT[ON AND REMOBILIZA7'IOI+I
Page 4 of 4
1
2
3
4
5
6
7
8
9
t0
lI
12
13
14
15
�s
17
lS
19
20
21
5. Emergency Mohilizations and Demobiliza.tions for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall 6e for each Mobilization and
Demobilization requi��ed by the Co�ltrac# Dpcuments
b. Payment
1) The Work performed atzd materials furnished in accordance with this Item
arid measured as. provided under "Measurement" will be paid ia�' at tlle unit
price per each "Wack Ordec Emergency Mobilizatinn" in accardance with
Contract Dact�tnents. Demobil.ization sha11 be cansidered subsidiuy to
mobilization and shall not be paid for sepa�•ately.
a The price shalj include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section I.1.A.3.a.2)
d. No payments �vill be rnade for �tandby, idIe iime, or last profits assaciated this
Itern,
1.3 REFERENCES [NOT LTSED]
1.4 ADMINISTRATIVE REQi7IItE1VMENTS [NOT USEp]
1.5 SIISMITTALS jNOT USED]
1.6 INFORMATIONAL Si7BMITTALS [NOT USEll]
I.7 CLOSEU[TT �UBMITTALS [NOT USED]
1.8 MATNTENANCE MATERIAL SUBMITTALS [NOT i7S�D]
22 1.9 QUAL�TY ASSURANCE [NOT USED]
23 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT IISED]
24 1:�1 FIELD [S�iTE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART � - PRODUCTS [NOT USED]
27 PART 3 - �XECUTXON [NOT USED]
28
29
END DF SECTION
Revision Log
DATE NA1V� SUMMARY OF CHANGE
L 1/221E 6 Michael Owen �•2 piice azid Payment Procedures - Revised sp�cification, uiciuding hiue text, to
make specitication flexib[e For either subsidiaiy or paid bid ilem For Mobilization.
30
C1TY QF FORT WORTH
STANDARD Cp1YSTRUCTION Sl'�CiFICATION DOCUMEI*TTS
Revised [�Iovember 22, 20 l5
CITYWIDE STORM DRAIN INIPROVBiv1ENT5
CITY PRO]ECT N(J. 100U92
Q17123-1
CONSTRUCTIpN BTAKING AND 5UI2VEY
Page 1 of S
SECTION O1 7123
C�NSTRUCTION STAKING AND SURVEY
PART1- GENERAL
L1 SUMMARY
A. Sectian Includes:
1. Requit•�ments for construction staking snd const��uction survey
B. De�iations from this City af Fat�t Worth Standard Speci#`icatinn
1. Nane.
C. Related Sp�cification Sections include, but are not nec�ssarily limited to:
1. Division 0— Bidding Requirements, Contcact �'ort�ts and Cnnditions of the Cantract
2. Divisian I— General Requirements
1.2 PRICE AND PAYMENT PR�C�DURES
A. Measurement and Payment
1. Const�•uction Staking
a. MeasL�rement
1.) Measu��ement for this Item shall be by lump sum,
b. Payment
I) The work perfaz�med and the rnaterials furnished in aceordance with this
Item sha116e paid %i• at the lump surn price bid for "Canst�'uction Staking".
2) Payment for "Construction Staking" shall be made in partia! payme:nts
prorated by work completed campared to total woi•k inc[uded in the lump
sum itein.
c, The price 6id shall incIude, but not be limit�d #o the %llowing:
1) Verifcation of control data provided by City.
2) Placement, znaintenance and .replacement of required sYakes and mat•l�ings
in the field.
3) Prepaeatian and submittal of construciian staki�tg documentation in the
form of "cut sheets" using the City's standard template.
2. Const��uction Survey
a. Measurement
1) Th[s Item is cansidered subsidiary to the various Items bid.
b. Payment
l) The work perFo�`med and the materials fui•nished in aceordance with this
Iiern are su6sidiary to the various Iterns 6id and no other compensation will be
a.11owed.
3. As-Built Sur��y
a. Measurement
1} Measui•ement for this Item shall be by lump sum.
b, Payment
1) The work peeformed and the materials furnished in accordance with this
Item shall be paid for at the Eump sum price bid #'or "As-Suilt Survey".
C1TY OP C'ORT WORTH CITYWIDE STORYvl DRAIN IMPROVGIVIENTS
STANDAI2D CONSTRUCTIdN SPECIPICA7'ION DOCUMENTS CITY PR07ECT NQ. 1Ofl092
Re�ised Fe6rua�y 14,iU18
d17123-2
COIVSTI�LFCTTON STAICING II1�fD SURVEY
Page2of8
2) Paym�nt far "Constructian Staking" st�all be made jn partial paytnents
prorated by work completed compar�d ta tatal work inclUded in the l�snp sum
it�m.
c. The �rice b�d shall include, but not be limiied to the following::
1) Field measurements and survey shots to identify lacation of co�pleted
facilities.
2) Docurzlentation and submittal af as-built survey data onto contracLor cedline
plans and digital survey files.
1.3 REFERENGES
A. Deiu�itions
L Construction Surve - The sui�vey measurements made prior to or while
construction is in progress to control elevation, hof•izQnta� positian, dimensions and
configuration of structureslimprovements included in the Project Drawings.
2. As-built Sut�ve The measurements made after the eonstruction of the
improvement features are cotnplete ta provide position coordinates #'or the feaLures
of a pra�ect.
3. Construction Stakin� -- The �lacement of stalces and markings to pro�ide offsets
at�d elevations to cut and f ll in order to locate on the graund the designed
structures/improvements included in Ehe Project Drawings. Canstrucl;ion stalcing
shall inc�ude staking easements and/or right of way if indicated on the plans.
4. Survey "Field Checks" — Measurements made after eonstru�tion staKing is
completed and before construction work begins to ensure that structures marlted an
the ground are accurately located per Project Drawings.
B. Technica! References
1. Ciry of FoXC Worth — Construction Staking Standa�•ds (available on City's BuL�Saw
wehsite) — O1 71 23.16.01_ Att�chment A_S�.uvey �taking Standards
2. City of Fflrt Worth - Standard Siu-vey Data Collector Librasy (fitl) files (avaiIable
on City's Buzzsaw website).
3. Texas Depa.��tment of Transpor'iation (T�OT) Survey Manual, latest revision
4. Texas Society of Professional �.aad Surveyars (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
x.4 ADMINISTRATNE REQUIREMENTS
A. The Contractar's selection af a surveyor mast comply vvith Texas Govcrnm�nt
Code ���4 (quali�cations based selection} for this project.
1.5 SUBMITTALS
A. Sub�aaittals, if required, shall be in accordance with Section Q 1 33 00.
B. All submi�tals shall be received and reviewed by the City prior to deliveiy of w�rk.
1.6 ACTION SLT.I3MITTALS/INFORMAT�ONAL SUSMITTALS
A. Field Quality Control Subtnittals
C1TX bP POT�T WORTH Cj'I"Y WID� STORM DRAlN IMPIZOVENIENTB
STA]V�ARI] CDNSTRUC`1"TON SPECII'ICATIpN DOCUMEN'I'S CI'l'Y PR07ECTN0. IDOU92
Revised February 14� 2018
017123-3
COl�'STIZUCT[ON STAKING AND SUEtVEY
Page 3 of 8
1. Dacumentation �erifying accuracy of field engineering wat�lc, i�icluding coardinate
conversions if plans do not indicate grid or ground cooi•dinates,
2. Submit "Cut-Sheets" confarnling to the standard template pt•o�ided b}r the City
{ref��- to O 1 71 23.1b.01— Attachment A-- Sufvey �taking Sfandards).
1.7 CLOSEOUT SUBMTl'TALS
B. As-built Redlina Drawing Submitta,l
1. Submit As-Built Suivey Redline Drawings c�ocumenting the lflcatians/ele�ations af
canstracted improvements slgned and sealed by Registered I'rofessional Land
Surveyor (RPLS) responsible far �he vvork (refer to pl 71 23,16,01 -- Attachment A
— Survey Staking Standards) ,
2. Cantractor shalf submit the propossd as-built and completed redline ctravving
submittal one { 1) week prior to scheduling the project iinal inspection for City
r•evieuv and comment. Revisians, if necessary, shall be made to the as-built red[ine
d�•awings and r�submitted to the City prior ta scheduling the construction �nal
inspection.
1.8 MAINTENANCE MAT�RIAL SUBMITTALS [Nf)T USED]
1.9 QUALITY ASSURANCE
A. Construetion Staking
1. Construction staking will 6e performed b� the Cont�•actor.
2. Caordinatian
a. Contaot City's Project Repi•esentati�e at least ane week in advance notifying
the City of when Canstt'uction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
canstruction activities are nof de[ayed or negatively impacted.
3. Genera]
a. Car�t�'actor is responsible for preserving and maintaining stakes. If City
surveya��s ar� renaired to re-s�alce far ariy reason, the Contractor tiwilE be
respansible for costs to perform sta�cing. If in the opinion ai the City, a
sufficient numbet' of stakes or marl�ings have been 1ost, destroyed disturbed or
omitted that the contracted Wor� cannot talce place then tha Contraetor will be
t'equired to stake or re-stal�e tha deficient areas.
B. Construction Su�vey
1. Construction St,uvey will be performed by the Contractor.
2. Coardination
a. ConteacYar to veriiy that harizontal and �ertical contc'ol data established in the
design s�rvey and required for construction survey is available and in place.
3. General
a. Construction survey wil] be performed in order to construct th� wocic shown
on the Canstruction Drawings and specifed in the Contract Documents.
b. For eonstruction �nethods other than open cut, t�te Contractar shall perfnf•m
cons�ructioa� survey and verify control data including, but not limited to, the
following:
1) Verification thai established benchtnarks and cantc•ol are accurate.
C1TY OF FORT 1�4'ORTH CITYWIDE STORM T7RAIN I�VIPROVEMEN'TS
3TANDARD CONSTRi1CTTON SPBCIFTCATIQN DOCiIME�ITS C[TY PRp1ECT NO, 100D92
Revised �'ebrua�y 14, Z018
O17123-4
CONSTRUCTI�IV STAKI�YG AND SUItVEY
Page 4 of 8
2) Use af Benchmarks to furnish and maintain all refexence lines and grades
far tunnelin.g.
3) Use af line and grades to estabiish the location af the pipe.
4} Submit to the City copies af field notesused ta �stablis� all lines and
grades, ii requested, and allow the City to clteck guidance system setup pz'iar
to beginning each tunneling dr�ve.
5) Provide access for the City, if requested, to ve�ify the guidance system and
the line and grade af the carrier pipe.
6) The Contracto�• remains fully respansibie for the accuracy of the t?vork and
correction of it, as required.
7) Monitor line and grade continuausly during construction.
$) Record devxation with respect to design line and grade once at each pipe
joint and submit daily i�cords ta the CiTy,
9) If the installation does nat meet the specified tolerances (as o.utlined in
Sections 33 OS 23 and/o�' 33 OS 24), immediately notify the City and eorrect
the installa#ion in aecordance witt� the Contract Documents.
C. As-Built SLuvey
I. Required As-Built Survey tivill be performed by the Contractor.
2. Coordination
a. Conh•actar is to coordinate with City to confirm which features require as-
built surveying.
b. [t is the Contractor's responsibiIity to coordinate tlie as-built swvey and
cequired measurements for items that are to be buried such that construction
activities are not delayed or negative�y impacted.
c. For sewer nna.ins and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark tk�e location during the progress of
canstruction and take as-built slu�vey after the facility has been buried. The
Cont�'actor is responsibie fo�� the quality contral needed to enslu•e accuracy.
3. General
a, The Cantractor shall pt•ovide as-built survey including the elevation and
lacation (and provide written documentation to the City) of construetion
features dnrin� the progress of the construction including the fallowing:
1) Water Lines ,
aj Top of pi�e elevations and coordinates for waterlir�es at the following
locations:
2)
3)
(I} Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, cmvature,
etc,
{3} k'ire line tee
(4) Plugs, stub-outs, dead-end lines
(S) Casing pipe (eaeh er�d) and all buried fittiings
Sanitary Sew�r
a) Top of pipe elevations and coordin�tes f�r force mains and siphon
sanitary s�wer lines (non-gravity facilities) at the foilowing locations.:
(1) 1ylinimum evety 25p linea.�• feet and any buried fittings
(2) Horizontal and verkical points of inflection, cur�ature,
etc.
Stormwater — Not Applicable
CiTY OF FORT WORTH CITYWlDE STQRI�I DRAIN INiPROVEM�IQTS
STANBARD GOIYSTRUCTCON SPECiFI(:ATION pQCiIl1�ENT5 CITY PR07ECTN0. IOfl092
Re�ised Fe6ruary14,201$
017123-5
CONSTRUCTTON STAKING itND SiJR'VEY
Page 5 af S
b. T(�e Contractor shall p�•ovide as-built si.uvey including the elevation and
l�ocation (and provide written documentation to the City) of construction
%atures after the constr�c#ion is campletecl including the following:
1) Manholes
a) Rim and flowline elevations and coordinates far each manhale
2) Water Lines
a} Cathodic protection test statiot�s
b) Sampling stations
c) Meter baxes/�vaults (AlI sizes)
d) Fire hydrants
e) Valves {ga#e, butterfly, etc.)
f} Air Re[ease �alves {Manhole rim and �ent pipe)
g) Blow off �alves (Manhole iim and �alva lid)
h) Pr�:ssure plane valves
i) Underground Vaults
{1) Rirn and f�owline eievations and coordinates for each
Un�e�•graund Vault.
3) Sanitary Sewer
a) Cleanouts
{1) Rim and fIowline elevations and coordinates for each
b) Manholes and ]unction St��ctures
(1) Rim and flowline elevations and coordinates for each
manhale and junction struciure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIN;LD [SiTE] CONDITION� [NOT USED]
1.12 WARRANTY
PART�- PRODUCTS
A. A constructinn suivey will produce, but will nat be limited to;
1. Recovety of relevant cantrol paints, points of cur�ature artd points of intersectioil.
2. Establish temparary horizontal and veriical control elevations (benchmarks)
sufficiently permanent and located in a nlanner to b.e used throughout constructian.
3. The locaCion of planned facilities, easemenfs and improvements.
a. Establishing final Iine and grade stakes for piers, f►oars, grade beams, parking
areas, utilities, streets, highways, tunnels, and ather construction.
b. A record of re�isions or correctians note.d in an orderly iaaatuaer for reference.
c, A drawing, when required by the client, indicating �he horizantal and vei�#ical
location of facilities, easements and improvernents, as huilt.
�. Cut sheets shall be providad to th� City inspector and Suivey Superintendent for all
cons�-uction staking pt•ajects. These cut sheets shall be an the star�dard eity template
whicl� can be obtained fi�oin the Survey Superintendent (817-392-7925),
S. Dig[tal su��vey files in the following formats shall be aceeptable:
a. AutoCAD (.dwg)
b, ESRI Shap�flle (.shp)
Cl'I`Y' OF i'OAT VJORTH CITYWIDE ST�RM DRA1N IMPROVEMENTS
9TANDARI7 CONSTRUCTIqN SPECIFICATION DpC[JMEiVTS CITY PR07ECT RTO. ]D0092
Revised Fchruary 14, 2p18
ai �i 2a-�
Cb7�iSTRLJC"f`lON STAKING ATID SURVEY
Page 6 oP 8
c. CSV fila (.csv), formatted with X and Y coordinates in separate colutnns (�F
standard template�, if a�aiIabl.e)
b. Survey files shall include ve��tical and horizontal data tied to original pz•oject
control and benchmat•ks, and shaIl include feature descriptiaiis
PART 3 - EXECUTION
3.1 IN�TALLERS
A. Tolerances:
The staked location of any improvement or facility sh�uld be as accurate as
practical and necessary. The degree of precision requi�•ed is dependent on many
factors all of which must �•emain judgmental. The toIerances listed hereaftej• are
based an genet�alities and, under certain cij�cumstances, shall yield to specific
requirements. The surveyor shall assess any situation by revie�x+ of the averall plans
and through consultation with tesponsible parties as to khe need for specific
tolez•ances.
a. Eai�lawork: Grades for earthwork o�� rough cut should not exceed d. l ft. vei�iical
tiolerance. Horizontal aIignment for earthwork and raugh cut should not exceed
1.0 ft. tolerance.
b. Horizontal aiignment on a structure shall be within .O, lft tolerance.
c. Paving ar concrete for streets, curbs, gutkers, parking areas, drives, alleys and
walkways shall be located within tlae confines of the site boundaries and,
occasionally, along a baundary ar any other restrictive line. Away fi•om any
restrictive line, these facilitres should be staked with 2�n accuracy praducing no
rnore than O.QSft. tolerance from their speci�ed locations.
d. Undergrou�d and ove�•head utilities, such as sewers, gas, water, ielephone and
electric lines, shall he located horizantally within their prescribed areas or
easernents. Within assigned aeeas, these utilities should be staked with an
accuracy produciz�g no �nore than 0.1 ft tolet�ance from a sp�cif ed location.
e. The accu�acy required for the vertical Location of utilities varies widely. Many
undet'ground utilities require on�y a minimum cover and a tolerat�ce of Q.1 f�.
should be maintained. Undergcaund and overhead utilities on planned profile,
but not depending on gravity flow for performanc�, should not exceed 0.1 ft.
tolerance,
B. Surveying inst�•�urients shall be kept in c�ose adjt�stment accarding to manufacturer's
speci�ications or in compliance to standards. The City reser�ves the riglit to request a
calibration xeport at any time and recommends regular maintenance schedule be
perfarm�d by a c�t-tified tecluiician every 6 months.
1. Field measurements af angles and distances shall be done in such fashion as to
satisfy the clasures and talerances expre�sed in Part 3. I.A.
2. Vertical Iocations shall be e�tablished fi'�m a pre-established benchmark and
checked by ciosing to a diff.e�•ant bench mark on the same datum.
3. C.onstruction survey iield wo�'k shail correspond to the client's plans. Irregulaxities
or conflicts found shall be reported prompt�y to the City.
4. Revisions, correctians and other pertinent data sha11 be logged for future reference.
CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEiv1ENTS
5TANpAKD COI�STRUCT[ON SP�CIFICATION DOC[IMENTS CITY PR07ECT NO. 1D0092
Revised Cebruary 14, 2418
a� 7�23-�
CONSTftUCTION STAKING AND SURVEY
Page 7 of 8
3.2 �+:XAM�NATION [NOT iTSED]
3.3 PR�PARATXON [NOT USED�
3.4 APPLICATION
3.5 REPAIR ! RESTDRATION
A. Ii ihe Coritractor's work damages or destroys one o3� more oi the contro]
monuments/points set by the City, the monume�ts shall be adequately referenced for
expedient resioration.
1. Notify City if any contral data needs to be t�estored o�• replaced du� to damage
caused during const�•uction operations.
a. Contracto�' shall perform replacements andlo�• restorations,
b. The City may require at any tiime a su�vey "Pield Checic" of any monument
or benchmarks that are set be �erified by the City sur�eyors before fiu�her
associated work can mo�e forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 PIELII [or�] SITE QUALiTY CONTRDL
A. It is the Caratractor's responsihiiity to maintain all stalces and cont�'ol data placed by the
City rn a�cardance with this Specification. This includes easements and r'tghi of way, if
noted an the plans.
B. Do not change or relocate stakes pr contral data without approval from the City.
3.8 SYSTEM STARTUP
A. Sutvey Che�lcs
I. The City reserves the right to perform a Survey Check at any iirne deemed
necessa��y,
2. Checics by City personn�l or 3ra party contracted surveyor are not intended to
eelieve the contractor of his/her r�sponsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT US�D]
3.11 CLO�SEOUT ACTIVITI�S [NOT USED]
3.12 PROT�CTTON [N�T USED]
�13 MAINTENANCE [NOT LTSED]
314 ATTACHMENTS [NOT USED]
END O�' SECTION
� Re�ision Lag
CITY OF FOI2T V+lORTH CCTYWI]]E STORMDRAIN I1vil'ROV�.MENTS
S"T'AN➢ARD CONSTRUCTION SP$CIPICATION DOCUMENTS CITY PR07�CT Np. 100092
Revised February 14, 2018
017123-8
CONSTRUCTION S7'AKING AND SURVEY
Page S oC 8
DATE NAME SUMMARY OF CIIANGE
$13112012 D,3ohason .
Added insh•uction and modified ineasureinent & payment under 1.2; added
$I31/2017 M. Owen definitions and references under I.3; modified 1.6; added 1.7 closeoui submittal
�•equu•enienfs; niodiPied 1.9 Qualiry Ass�u•ance; added PART 2— PRQDUCTS ;
Added 3.� Installe�•s; added 3.5 1te�airlRestoration; aud added 3.8 Sysiem Startup.
Removed "Ulue text"; revised measurement aud payme�it sections fnr Constructio�i
Skaking and As-Built Sm•vey; added reference kn selection compliance with TGC
2i1412018 M Owen 2254; revised actiofi and Cioseout suh��nittal requu•ements; added acceptahle depth
measuremant criteria; revised list of items requiring as-built survey "durir�g" and
"after" constructioa; and revised acceptable digital survey file Farmat
CITY OF FORT WORTH CITYWIDE STORM ]]RAII+i iMPROVEMETITS
5TAIVDARD CONSTRlJCTION SPECTEICATION DOCUM�NTS CITT' PR07ECT NO. 1.04092
Revised �'ebruary 14, 2U18
017423-]
CLEA3+IIlVG
Page 1 of 4
SECTION Ol 74 23
CLEAN�NG
PART1- GENERAL
11 SUMMARY
A. Section Includes:
1. Intermediate and fmal cleanit�� far Work not incIuding special cleaning of closed
systems specified elsewhere
B. Deviations froin this City of Fort Wor�h Standard Specification
I. None.
C. Related 5pecification Sections incl�de, but are not n�cessarily limited to:
1. Division 0— Bidding R�quirements, Contract Farms and Conditions of the Cantract
�. Division 1 — General Requireinents
3. Section 32 92 13 — Hydra-Mulching, Seeding and Sodding
1.� PRICE AND PAYMENT PROCEDUR�S
A. Meas�uement and Faymant
1. Work associated with this Item is cansidered suhsidiaiy to the various Items bid.
Na separate payinent wi11 be allowed for this Item,
1.3 R,��'ERENCES [NOT i]SED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations sa that dust and othei� contaminants disturbed by
cleaning process will not fall on newly painted suriaces.
2. Scliec�ule iinal cleaning upon comp�eti�n af Worlc and immediately prior to final
ins�ection.
1.5 SUBTVIITTALS [NOT IISED]
1.6 ACTTON SUBMITTALSIINRORMATIONAL S�TBMI.TTALS [NOT L]S�D]
1.7 CLOSEOCI'I" SUBMITTAL� [NOT i.TSED]
1.8 MAINTENANCE MAT�RYAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSiTRANCE �NOT iJS�D]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requu�ements
1. Stoxe cleaning products and �leaning wastes in eantainers spacifcally clesigned for
those materials.
CiTY OP FpRT WpRTH CITYWIDE 5TORM DRA.[N IivIPROVEMEDFTS
STAI�iDARQ COiJ3.TRUCTIQI�I SPECiFCCATI0I1 DOCUMENTS CITY PR07ECT NO. 100092
Revised ]uly l, 2A1 l
U17423-2
CL.EANING
Paga 2 of 4
1..11 FIELD [SITE] CONDITIONS [NaT USED]
1.12 WARRANTY [NOT USED]
PART2- PRQDUCTS
�.1 OWNER-FURNISHED [oR] OWNER-SUPPLXEDPRODIICTS [NOT USED]
�.� MATERIALS
A. Cleaning Agenis
1. Compatible with surface being clea.ned
2. New and uncontaminated
3. For manufactured surfac�s
a. Material recammended 6y manufacturer
�.3 ACC�SSORI�� [NOT USED]
�.�4 SOURCE Q�[TALITY CONTROL [NOT USED]
PART 3 - EXECiTTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPL�CATION [NQT U�ED]
3.S RE�A�R / RE�TORATION [NOT LTSED]
3.6 RE-INSTALLATION [NOT USED]
3.'� ��ELD [oRj SITE QUALIT'Y CONTROL [NOT USED]
3.$ SYSTEM STARTUP' [NOT USED]
3.9 ADJ [l'STING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning at�d disposaI operations to comply with laws and safety orders of
governing autharities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispase of degradable debris at an approved solid waste disposal site.
S. Dispos� of nandegradable debris at an approved solid waste disppsal site or in an
alternate manner appro�ed by City and regulatory agencies.
CLTY OF FORT W�RTH CITYWID& ST012Nt DRAIN IMPROVEMT3�IT5
STANDARD CONSTI2UCTIOIV SPEt;Ih1CA'f10N DOCUMENTS CITY PR07ECT NQ. 1Q0�92
Revised luly l, 2011
O17423-3
CLEANING
Page 3 of 4
6. Handle materials in a contc•o]]ed manner wi�h as few handlings as possible.
7, Thoraughly clean, sweep, wash and polish all Work and equipment associated with
this pra,�ect.
8. Remov�e all signs of tempo.rary construction and activities incidental tn const��uction
of E•equired pernianent Wnrk.
9. If project is not clearied to the satisfaction of the City, the Ciiy .reser�es the righY to
have the cleaning completed at the �xpense of the Cont�•ac#or.
I0. Do not burn an-site.
S. Tntet'mediat� Cleaning during Construction
1. Keep Wo�'k a�•eas clean so as r�ot ta hir�de�• health, safety ar convenience of
pelsonnel in existi�g facility operations.
2. At maximum weekly [ntetvals, dispose of waste rriaterials, debris and rubbish.
3. Confine constructian debri� daily in strategically ]ocated container(s):
a. Cover to prevent blowing by wind
b. Store debris away from constructian or operatibnal activities
c. Haul from sita at a tninim�un of once �er weelc
4. Vacuum clean interior areas when ready to receive �nish painting.
a. Continue vacuum clear►ing on an as-needed basis, until Final Acceptance.
5. Prior to storm events, tlioroughly clean site of a[1 loose or unsecured items, �hich
may became au•borne a�'transported by flowing water duri.ng the storm.
C. Interior Fina] Cleaning
1. Remove grease, �nastic., adhesives, dust, diri, stains, fingerprints, Iabels and other
foreign materials fi•om sight-exposed surfaces.
2. Wipe all lighting %xture reflectors, ]enses, lamps and trims c��an.
3, Wash and shine glazing and inirrors.
4. Polish glossy surfaces to a clear shine.
S. Ventilatiilg systems
a. Clean perma�ent filters and �'eplace disposable filters if units wei�e operated
during canstructian.
b. Clean ducts, blowers and coils if units were opet•ated without filters during
COI15L� LICtI�Il.
6. Replaee all burn�d out lanlps.
7. Braom clean proc�ss area flooi�s.
S. Mop office and control room �Iaors.
D. Exter�or {Site or Right of Way) F[nal Cleaning
1. Remove trash and debris containars from site,
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Sectian 32 92 13.
2. Sweep roadway to remove all eocks, pieces of as�ahalt, concrete ar any other obj�ct
that may hinder c�r disrupt the flow of traffic along the roadway.
3. Clean any interiar areas includin�, but not limited ta, �aults, manholes, structures,
junction boxes and inlets.
C[TY bF FORT WORTH CITYWIDE 5'T'OTiM DRAIN IMPROVF.MENTS
STANDARI] CQNSTRUCTION SPECIFICATION DOCUM�NTS CITY PR07ECT NQ. 100092
Aevised 7uly 1, 201 l
o� �a2a-�
CLEATIING
Pagc 4 of 4
4. If no longar required for maintenance of e��asi an facilities, and upon approval by
City, iemove erosipn control from site.
5. Clean si�ns, lighis, signa�s, etc.
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT iTSED]
3.13 MAINT�NANC� [NOT US�D]
3.14 ATTACHMENTS [NOT USED]
END OF SECT�ON
Revision Log
DATE NAME SUMMARY OF CHANGE
CiTY OF FORT WOItTH CITXWIDE STbAM �TZAII�I I1VII'ROVEA�3VTS
ST,ANDARD CON5T12UCT1�N SPEC[F'ICAT70N DOCUMEN'1'S CITY PRO]�C"1' 1V0. 100.692
Revised July l, 20l 1
O17714-]
CLflS EOUT REQUIIiEMENl' S
Page l af 3
1
2
3 PART 1 � GENIIZEIL
4 I.1 SU11�h1�1RY
SECTIQN 01 'i'� 19
CLOSEOUT REQU�REMENTS
S A. Section I�nclud�s:
6 1. The procedure far closing aut a contr•act
7 B. Deviations from this City of Fart Worth Standard Specification
8 l. None.
9 C. Related Specification Seetions include, but are nat necessarlly limited to:
10 I. Div�sion 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1—General Requirements
12 1.2 PRICE AND PAYMII�iT PROCIDURTS
13 A. Measurement and Payme�it
14 1. Worlc assaciated with tl�is Item is considered subsidiary to the various Iteins bid.
15 No separate payment will b� allowed for this Item.
�� 1.3 Rr��vCES [NOT USED]
17 1.4 AllMI1�ISTRA'.l�VE REQUiREMINTS
18 A. Guarantees, Bc�nds and Af�da�its
19 i, No application for t"inal pay�nent will be accepted until ali guarantees, bonds,
24 certi�cates, licenses ar�d affidavits required for Work ar equiprnent as specified are
21 salisfactorily filed with the City.
22 B. Release of Liens or Claims
23 I, No application for final payment will be accepted until satisfactory e�idence of
24 release of liens has b.e�n submitted to the City.
25 1.5 SUBMITTALS
26
27
28
29
A, Submit all required documentation to Ciiy's Project Representative,
1.6 TNFORMAT�ONAL Si1BMITTALS [NOT USID]
30 I.i CLOSEOUT SUBIVIITTA,LS [NOT USID]
3i
32
PART � - PRODUCT� [NEOT L]SID]
Cl'I'Y Or POItT WpRTH C3TYWID� STORM D1�CN lIv1PI20VEMEIVTS
STANDARI) CONSTRTICI'ION 5PECIFICAT]qN DpCUM�NTS C1TY PR07ECT NO, lOdp92
Reviaed March 22, 2D21
01 7719-2
CLOS�OtJ'i' REQIIIREMENTS
P�c2of3
PART 3 - E�ECUI`ION
2 3.1 INSTALLERS [NOT USID]
3 3.2 EXANIINATIUN [NOT USED]
4 3.3 PR�PARAT�ON [NOT USEDj
5 3.4 CLOSEOUT PROCEDURE
b A. Prior to requestin.g Firza� Inspection, submit:
7 l. Project Record Documents in accordance with Section O1 78 39
S 2. Operation and Maintenance Data, if required, un accardance w ith 5ectian O 1 78 23
9
10
11
12
13
14
1S
16
17
18
19
2�
21
22
23
24
25
25
27
28
29
3tl
31
32
33
34
35
36
37
B. Prior to requesting Final Ir�speetian, perform f�nal cleaning in accordance wikh Section
� 1 74 23.
C. FinalInspection
l. After final cleaning, provide noiice to the City Project Representative that the Work
is completed.
a. The Ciiy will make an initial Final Inspection with the Contractarpresent
b. Upon completian of this inspection, the Ciiy vvill notify the Cantractor, in
writing within 1D business days, of any particulars in vvhich this inspection
r�vea�s that the Wark is defecti�e or incompjete.
2. Upon receiving wriiten noiice from t.�te City, iminediately undertake the Work
required to rerr�edy deficiencies and complete the V�ork to the satisfaction of the
City.
3. The Right-of way shal� be cleared of a[l construction materials, bareicades, and
tempoeary signage.
4. Upon completion of Work associated with tEae itezns listed in the City's wriiten
notica, infarm the City that the required Work has been. completed. Upon receipt o�
this naiice, the City, in the presence of the Contractor, will tnake a subsequent Final
Inspection of tha prajeet.
5. Peavide a!1 special aceessories requi�•ed to place each item o� equipment in full
operation. These special aecessoiy iiems inelude, but are nat limited to:
a. Specified spare parts
b. Adequate oil and grease as requu-ed for the �'irst lubrication of the equi�ment
c. Initial fill up of all chemical tanks and fuel tat�ks
d. Light buIbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as requiree{ for initial start-up and operation of al�
ec�uipment
38 D. Natice of Praaect Completion
39 1. Once the City Pt•ojeet Representative imds the Wor�. subsequent to Final Inspection
40 to be satisfactot�y, the City will issue allotice ofProject Completion (Green Sheet).
41 E, Supporting Documentation
CITY OF FQRT WOR`l'H
STAI�FD.n.KD CONS'17tUCFION SPEG1FiCATIQN DOCU1ViENTS
Revised March 22, 2d21
CITYWIDE STpRM DRATN IMPROVEMENTS
C1TY PR03ECT NO. 100092
O17719-3
CLOSEOl3T R�QUIREMENTS
Page 3 of 3
1 1, Coordinate with #he City Pz�oject Representati�e to complete the fallowing
2 additional forms:
3 a. Final Payment Request
4 b. 5tatement of Contract Time
5 c. Affidavit of Payrne�t and Release a�Liens
6 d. Consent of Surety to �'inal Payment
7 e. Pipe Report (if requu•ed)
8 f. Contractar's Evaluation o�City
9 g, Pe�•formance �valuation of Contractar
lQ F. Letter of Final Acceptance
I 1 1. Upon review and acceptatice of Notice of Project CQmpletion and 5upportmg
12 Documentation, in accardance with General Cond�tians, City will issue Letter of
13 Final Acceptance and release the Final Payment Request �'or payinent.
14 3.5 REPAIR / RFST'ORATION [NOT iTSED]
15
16
17
18
19
20
zi
22
2
24
�
3.b RE�INSTALLATiON [NOT USID]
3.7 FIL�'L.D [oa] STTE QUALITY CONTROL [NOT LTSID]
3.8 SYSTI+.M STA.RTUP [NOT IISID]
3.9 ADJUSTING [NOT USIIl]
3.10 CL�ANING [NOT USIDI
�.�.� cLosEotrr �c�viTTFs �NOT usEaa
312 PROTECTION [NOT USII]]
3.13 MAiNI'EIV�NCE [NOT USID]
3.I�4 ATTACHIVVICNT'S [NOT USID]
END OF SECTTON
Revision L.og
DATE NAM� SUMMARYOF CHANGE
3/22/2021 M Owen �.4 C. Added language to clarify andemphasize requu-ement to °`ClearrngR01V"
26
C]TY OF F ORT W ORTH CITY W Ip� STOk2M DRAIN IMPROV EMS[YT3
STANDARD CQNSTT2UCI'ION SPECIFICATIOAI DQCLIMF,NTS CTTY PL20.TECT 1V0. 100a92
Rcviscd Mu�ch 22, 2a21
O17823-1
OPERA'I'10N AND IvIATNTENANCE DATA
Page 1 af S
SECTION 01 '�$ �3
UPERATIQN AND MAII�TTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Product data and related informatian appt•opriate for City's maint�nanee and
aperation of products furnished under Contract
2. Such products may include, but are nat limited #o:
a. Traffic Cont��ollers
b. Ii�rigation Controllers (to be aperated by the City)
c. Butterfly Valves
B. Deviations fiflm this City of Foi�t Worth Standard Speci%catian
1, Nane.
C. Related Specification Sectio�s include, but are not necessarily limited to:
3. Divisio� 0-- Bidding Requzrements, Cont�act Farms and Conditions of the Conti�ct
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDi7RES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No sepatate payment will be allowed %r thi.s 1tem.
1,3 REFERENCES [NOT USEDj
1.4 ADMINISTRATIVE REQU�REMENTS
A. 5chedule
1. Submit inanuals in final form to the City within 30 caIenc�ar days of prnduct
shiprnent to the project site.
1.5 SitBMITTALS
A. 5ubmittais shall be in aceordance with 5�ction D1 33 00 . A11 submitials shall be
appr�ved by the City prior to deliveiy.
1,6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. I'repare data in form of an instructional manual for use by City personnel.
2. Farmat
a. Size: 8 1/� inches x 1 I i�ches
b. Paper
1) A�0 pound minimum, white, for typed pages
2) Holes reinfo�•ced witli plastic, cloth ot- metal
c. Text: Manufacti.t�e�•'s printed data, or neatly Lypewritten
CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROV�i�1LN1'S
STANDARD COIVSTRLICTION SPBCIFICATiDTI DOCUMENTS CITY PRQJECT Np, 1Op092
Ttevised December 20, 20 �2
017823-2
4PERATION �ND MAIidTGNANCE DATA
Page 2 af 5
d. Drawings
1) Pravide reinforc�d punched bindei tab, bind in with text
2) Reduce [arger drawings and fold to size of text pages.
e. Pro�ide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and majar component parts of
equipment.
2) Prnvideindexedtabs.
f. Cover
1) Identify each volurr�e with typed or printed title "OPERATING AND
IWfAINTENANCE INSTRUCTIQNS".
2} List:
a) Title of F�•oject
b} Identity of separate st�•ueture as applicable
c} Identity of general su6ject malter co�ered 'tn the manual
3, ginders
a. Comnnercial quality 3-ring Uinders with dzu•able and cleat�able plastic covers
b. When muliiple binders are used, correlata the data into celated consistent
gra�pings.
4. If available, pro�ide an elect�•oilic fornn of the O&M Mauual.
�. Manual Conteni
1, Neatly typewritten table of cantents for each volume, arranged in systeinalic order
a. Cont��actoi•, name of responsible principal, adcL�•ess and t�lephone numbet•
b. A list of each product required to be included, indexed ta cantent of ihe �olurne
c. List, with each produci:
1) The name, address and telephoiie number ofthe su6c.ontt�actor ar installar
2) A list of each product required ta be includ�d, indexed to content of the
volume
3) Identify area of responsibi[ity of each
4) Local source of supply for parts and replacement
d. Identify each product by pioduct name and other identifying sytnbols as set
forth in Contract Documents.
2. Product Da#a
a. Include only those sheets which az'a pei�inent to the specific prodt�ct.
b. Annotate each si�eet tq:
1} Clearly identify specific praduct or pat�t installed
2) Clearly identify data applica�le to installation
3} Delete references to inapplicable informatian
3. Drawings
a. Supplement produci daLa wiih drawings as necessary to clearly illustrat�:
1) Reiations af component parts af equipment and systems
2) Gontrol and flow diagrams
b. Coordinate cfrawings with information in Project Reeord Documents to assure
cQrrect' illusteation of comp[eted installatian.
c. Do not use Project Record Drawings as maintenance drawings.
4. W�•itten text, as ret�uired to supplement praduct daia for the particular installaiion:
a. Organize in cnnsistent format under separate headings for diffar�nt prQcedures.
b. Provide logical sequence of instructions of each procedure.
CTTY OF P02T WORTH CITYWID� STQRM DRAIN [MPROVL�MENTS
STANDARD CONSTftUC'f10N SPECIPICATIO.N DOCiIMENTS CTTY PAO.T�CT NO, lOpQ92
Revised Decemher 2Q, 2p l2
O17823-�
OPERATION ANl] MATIVTENANCE DATA
Page 3 af 5
5. Copy of each warranty, bond and setvice contracf iss�ed
a. Provide informatian s�ee# for City personnel giving:
1) Pz'oper procedures in event of failure
2) Instances which might affect valid�ty of warranties oi bonds
C. Manual for Materiais and Finishes
1. Submit S copies of cornplete manual in final forrn.
2. Content, for architectural produets, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1} Catalag nut�aher, size, composition
2) Color and texture designations
3) trafarmation required foi• reorde�•ing special manufactured produets
b. InstructiQns for ca�•e and maintenance
I) Manufacturer's recominendatian for types of cleaning agents and rnethods
2j Cau�ions against cleaning agents and methods which ara detrimental to
product
3) Recorr�mended schedule for cleaning and maintenanc�
Content, for moisture protection and weather expnsure praducts:
a. Manufaeturer's data, giving fu11 information on praducts
1) Applicable standa��ds
2) Chemical compos.itian
3) Details of installation
b. Instructions far inspection, maintenance and repair
D. Manual for Equ"tpment and Systems
1. Submit 5 eopi.es of complete manual in final for�n.
2. Content, for each unit of equiptn�nt and system, as appropri.ate:
a. Description of unit and camponent parts
1) Funciion, normal operating characteristics and limiting conditions
2} Perfnrmance cur��s, �ngineering da#a and test5
3} Complete nomenclature and commercial numbej� of replaceable parts
b. Operatxng peaeedures
I} Start-up, break-in, routine and normal operating instruetions
2) R�gulation, control, stopping, shut-down and emergency instruetions
3) Surnme�' and winter operating insta•uctions
4) Special aperating instructions
c. Maintenat2ce procadures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, cepair and reassem6Iy
4) Alignment, ad,�usting and checking
d. Servicing and lubrication schedule
1) List of Iubricants cequiced
e. Ma�tufacturer's printed operatzng and maintenance instructions
£ Desci•iption of sequence of op�ration by control manufacturer
1} Predicted life of parts su6ject to wear
2) Items recammend�d to be stocked as spaee parts
g. As installed cantrol diagrams by conti•ols manufacturer
h. Each conti•actflr's coordination drawings
1) As installed color coded piping diagrams
CITY OT F'ORT WORTT� CITI'WIB� S'T'OI2M DRAI�f IMPROVEMENT3
STAAIDARD CONSTRi1CTION SPEC�ICATION DOCUMEN7S CITY PKOJECT NO. 100092
Revised Decamber 20, 2Q [2
01 78 23 - 4
OPERAT1pN AND MAINTENANCE DE1']'A
Page 4 af 5
i. Charts of valve tag nutnbers, with locaiion and f-�anction of each valve
j. List of original manufacturer's spare pat�ts, manufacturer's current prices, and
recommended quar�tities to be maintained in starage
k. 4th�r data as required undei• pei�inent 5ectians af Speciiieations
Cflntent, for each electric and electronie system, as appropriate:
a. Description of system and component pax�ts
1) Func#ion, norrinal aperating eharacterisiics, and limiting conditions
2j Performance cw•ves, ezagin�ering data and tests
3) Complete nomenclature and caznmercial number of replaceable parts
b. Cir•cUit direetories of panelboards
I) Elect�•ical service
2} Controls
3} Cammunications
c. As installed color coded wiring diagrams
d. Operating pracedures
1) Routine and normal operating instructions
2) Sequences required
3) Special qperating instructio:ns
e. Maintenance procedu�•es
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repa�r and reassembly
4) Adjustment and checking
f. M�nufactucer's printed operating and maintenance instructions
�. List of ariginal manufacturer's s�are pa��s, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Spacifcatians
Prepat'e and include additional data when the need for such data becomes apparent
during instruction of City's pe�-sannel.
1.7 CLOSEOUT SUgMXTTALS [NaT USED]
1.8 MAiNTENANCE MATERxAL SUBMITTALS [NOT USED]
1.9 Q[1ALITY ASSURANCE
A. Provide operation and maintenance data by pers�nnel v�+ith the fallowing criteria:
1. Train�d and experienced in maintenance and apei�aYian of described produets
2. Slulled as technica[ write�� to the extent required to coinmunicate essential data
3. Skilled as dt�aisman competent to prepare required drawings
C]TY QF FORT WOATH CITYWIDE STORM DRAIN IMPKdVENIEN'T5
STAN[lAI£D CONSTRLTCTION SPECTFICATION DOCiIMENTB CITY PR07ECT NO. 1�0092
Revised December 2�, 2012
a� �aza-s
OPERA?'9pi�f AND MAIN'['ENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING jNOT i7SED]
1.11 FI�LD [SITE] CONDITIONS [NOT USEDj
1.12 WARRA.NTY [N4T USED]
PART' 2 - PRObUCTS [NOT U�ED1
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision i.og
DATE NAME SUN1MAItY OF CHANGE
$/3112012 D. Jolmson 1.5.A.I � tiEle af section removed
CITY OF FORT WORT[T CI"I'YRJFDE S7"ORM DRAIN IMPAOVEMGIVTS
STANI7ARD CONiSTRUCTION 5PEGQ'ICATlORs 13�CUMENTS CITY PROdECT NO. l �0092
Revised December 20, 2012
017839-L
PR07EC'C ItECORD AflCITM�]VT5
Page I of 4
SECTION 0178 39
PROTECT RECQRD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A, Sectian Includes:
1. Wark assaciated wzth the documenting the pi•aject and recot•ding changes to prajecf
documents, including:
a. Recard Drawings
b. Wa#er Meter Service Reports
c. Sanita.iy Sewer Seivice Reports
d. Large Water Meter Repo�•ts
B. De�iations fi•om this City of Foi�t Worth Standard Specification
1. None.
C. Related Sp�cification Sections include, but are not necessarily limited to:
]. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coiltract
2. Division I— General Requirements
1.2 PRICE AND PAYMENT PRDCEDURES
A. Measurement and P`ayment
1. Wor1C associated witih this Item is considered subsidiaiy to #he various Items bid.
No separate paynnent will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMYNISTRATIVE REQUIREMENTS [NOT USED]
1.S SUBMITTALS
A. Prior to submitting arequest for Final Inspection, deliver 1'roject Recoi�d Documents to
City's Project Representative.
1.6 ACTION 5UB�MITTALS/INFORMATIO1�iAL SIIBMI'�TALS [NOT USED]
1,'� CLOSEOLTT SUBMITTALS [NOT USED]
L8 MA.INTENANCE MATERIAL SUBMITTALS [NOT iTSED]
1.9 QUAL�TY ASSURANCE
A. Accuracy oi Records
1. Thoroughly coordinate changes within the Record Documents, malcing adequate
and prapei• entries on each page of Specifications and �ach sheet of Drawings and
othez' Documents where sueh entry is required to show the change properly,
2. Accuracy of recnrds shall be such that future search far items shown in the Contract
Documents may rely reasanably on informati.on obtained fram the appraved Project
Record Docu�nents.
C1TY OE FORT WORTH C1T YW[D� STdIUvI �RAIN IMPRQVEMENTS
STANDATtD CONSTRUCTION SPECIFICAT[ON DOCUMEN'CS CITY PR07ECT NO. I O.Q092
Re�ised duly 1, 30l L
O17839-2
PRO]L�CT RECOjtU DpCT]MEN'I'S
Page 2 nf 4
3. Ta facilitate accu�•acy of recards, mal�e entries within. 24 haw•s after receipt of
information that the change has occurred.
4. Provide factual information regarding alI aspects of the Work, both concealed and
visible, to enable future inodification of the Work to proce�d without lengthy and
expensi�+e site tneasurement, investigation and examination.
1.1U STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the jab set of Record Documents cornpletely protected fi•om deterioration
and from lass and damage until completion af the Wor�C and transfer of alI ceeorded
data to the final Proj ect Record Doeuinents.
2. In the event af loss nf recorded data, use means necessa�y to again seeu��e the data
to the City's approvai.
a. In such case, provide replacements tn the standards oi•iginally required by th�
Contract Documents.
�.1.1 F�LD [SITE� CONDITIONS [NOT USED�
112 'WARRANTY [NOT iTSED]
PART2- PRODUCTS
2.1 OWNER-FURIVISHED [o�] OWNER-SUPPLIED PRODUCTS [NOT IISED�
�.� RECORD DOCiIM�NTS
A. Job set
1. Promptly %llowing receipt af the Natice to Proceed,. secure fi•om the City, at no
charge to the Contractor, 1 eomplete set of all DQcuments comprising the Contract.
B. Fina1 Record Doeuments
1. At a tirrie nearing the completion of the Work and prior to Final Inspection, provide
the City. 1 compiete set af all Fina1 Record Drawings in the Coni�'act.
2.3 ACCESSORIES [NOT i]SED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3,1 �i�T,STALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATI�N [NOT IISED�
3.4 MAIi�TT�NANCE DOCIIMENTS
A. Maintenance of sob Set
1. Immediateiy upon receipt Qf the j ob set, identify each of the Documents with the
tiile, "RECORD DOCi.JMENTS - JOB SET".
GITY OF FORT WORTH CITYW[I�E STOR1Vf DRAIN IMPROVEMF?NT'S
STANDARD CONSTRUCTIpN SPECIFICATION DOC'UMENTS CITY PRQdECT Np, 100092
Revised 7uly 1, 2011
017$39-3
PRO.IECT RECOI�I] ]70C[IMEIYTS
Page 3 oFA
2. Preservatio�
a. Considering the Contt�act completiort time, the probable number of occasions
upon which the job set must be talcen aut fot new �ntries and for examination,
and the conditions under which these acti viti�s will he pet•foi•med, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except ent�y ot'new data and for review
by th� City, until stai�t of ta•ansfer of data to final Proj ect Record Do.cuments.
c, Maintain the job s�i at the site of work.
3. Cooidinatian with Construction Suivey
�. At a minimum, in accordanee with the intervals set forth in Section OI ?I 23,
clearly mat•k any de�iations iro�n Cnntract Documents associated with
installation of the infrastructur.e.
4. Mak�ng entrles on Drawings
a. Record any deviations fi•oi�n Contract Documents,
b. Use an erasable colored pencil (not ink or indelible pencil), cl�arly describe the
ehange by graphic Iine and note as rec�uired.
c. Date all entxies.
d. Ca11 a#kention to tlae ent�y by a"cloud" drawn around the area ar at•eas af%cted.
e. In the event of overlapping changes, use difFerent calars for the overlapping
changes.
5. Conversion of schematic layouts
a. 1n sam� cases an the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shawn schematically and are not intended to
paz'tray precisa physical layout.
1) Final physical arrangement is determined by the Contractor, subject ta the
City's approval.
2) However, design of future modificatians of the facility inay require
accurate info�•mation as ta the final physicai layout of items which are
shown only schematically an the D�•awi�gs.
b. Shavv on the job set of Recotd Drawings, by cfimension accurate to within 1
inch, the centerlixaa af each run of items.
I) Final physical arrangament is determined by the Contractor, subject ta #he
City's appro�+al.
2) Show, by symbal or note, the �e��tical lncation of the Item {"under slab", "in
ceiling plenum", °exposed", and the like).
3} Make all identification sufficiently descriptive that it may Ue celated
reliably to the Specifications.
c. The City rnay waive the requirements for conversion of schernatic Iayouts
where, in the City's j udgment, conversion serves no useful purpose. Howaver,
do not rely upon waivers being issuecE except as specif�cally issue� in wt•iting
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown an the jab set of Record Drawings to the
carresponding final documents, coordinating the chang�s as requir�d.
b. Glea.rly indicate at each affected ctetail and other Drawing a full description oi
changes inade during construction, ar�d the actual lacation of iterns.
CITY OF FORT WORTH CITYWIDE S'['ORM DRAIN INIPROVEMENTS
STAN17AC2D CONSTRUCTION SPECIF[CATION DOCUMGNTS CITY PR07ECT ND. ]00092
Revised duly 1, 201 l
01 7839-4
PR07ECT R�CORD QOCUMEN'i'S
Page A of A
c. Call attention to each entry by drawing a"cloud" araund the area or areas
affected.
d. Make changes neatly, consistently and with t'�e proper n�edia to assure
longevity and clear reproduction. �
2. Tra�nsfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept clean ducing progress of
the Work, and if eritries thereon have been a•derly ta the appro�al of the Ciiy,
the job set of#hose Documents, oth�r than Drawings, will be accepted as iinal
Record Documents.
b. If any such Document is not so appraved by the City, secure a new capy o.ithat
Document from the City at the City's usuai cliarge for reproductiou and
handling, and caxefully trar�sfer the change data to the new capy to the appro�val
of the City.
3.5 REPA�R 1 RESTORATION [NOT i.TSED]
3.6 R�INSTALLATION [NOT USED]
3.7 FIELD [oR] S�TE QUALTI`Y CONTROL [NOT IISED�
3.8 SYSTEM STARTUP [NOT iTSED]
3.9 ADJUSTING [NDT USED]
3.10 CLEANING [NOT IISED]
3.11 CLOSEC}UT ACTIVTI'IES [NOT US�D]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANC� [NOT USED]
3.14 ATTACHMENTS [NOT iTSED]
END OF SECTI�N
Revision Log
DATE NAME SUMMARY OF CHANGE
CTI'Y QF FOAT WORTH CITYWIDE STpRM DRAIN TMPRDV�MEN'1'S
ST.41+€DAl2d CONSTRUCT10Nf SPECIFICATIOI+I DOCUMEIV'fS CITY PRpJECT NO. L00092
Revised .Tuly 1, 2fl 11
�����O�o� I�[��or�t� �n� yV��e�. �w���l ]�usIl�ess
E�t�r��ise C��plfl�nce
'�'�][S IP.A.�]E I.E�'� ���]El\T'��Ol�TAIL��' ��LAI�1K
CITY OF FORT WORTH CITYWIDE STORM I}ItA1N ]MPRbVEMENTS
STANDARD CO?�ISTRUCTIO]V SPECIFICATION DQCUSVIEN�['S CITY PIZO.TECT NO, 1�OD92
Re�iseci Mareh 11, 2Q22
�[] 1�T �� �i.'I' I-H
�i�y ofi �ort VV'orth
Ildlin�rityll�lomen �u��ne�s Fn�erpri�e �pecification�
�F L�GIA� If���RU�iION� 1��R OFF�ROR.�
A��LICATIOP! OF PO�iCY
,
If #he tn�.�k �a9fa� valt�e af #Fs� �antract �s $50,QOt�.44 or rr:u:e, the:� a 11iifW�� ��.:�cYntrw�ta^� 9oal i� a�plitable.
�o��cv s���r�n���r
It is the poficy of fhe City of Fort Worth to ensure the full and equitable participafion b� MinorityNUomen Busin�ss
Enterprises {MNUBE) in ihe proeurement of all gaads and services. A!I requirements arad regulations stated in the City's
current Business Di�ersity Enterprise Ordinance applies to this bid.
�91IMB� ���J�Ci COAL�
The City a M/W8E yo81 on this pro�aCi s ��,'� af tf�- b��� `id vafus of tho ��,t�traet
CO��LIANCF i0 �IR SP�CIF1CAilONS
On City contracts $50,OQQ.01 or more where a MMBE subcontracting goal is a�plied, Offerors are required to comply
with the intent of the City's Business Diversity Er�terprise Ordinance by ane of the following;
1. Meet or excead the abo�e stated RfI1WBE goal through fVIMIBE subcontracting participation, or
�. hfleet or exceed tha abo�e stated MIWBE goal through MNVB� .{oint Venture participation, or;
3. Goad Faith Effort documentation, or,
4. Prime Wairrep documentation.
SU�f1flITTA� O� R�(,�UIR�� �OCUI4�ENiAil01�
The applicable documents must be recei�ed by the Purchasing Division. within the followinp times allocated, in order
for fhe entire bid to be considerad resqonsive to the specifications. Tne C�tic�ror s��t�4G d�i�ver k?`�� MJW�� �o; �m8n�at�on
i�, C:L?I'Cril1 �D �Jl� ��k��Q�]r��[� E'�K�I�?}�� Of �fl� �WiC1188G9� '.��a�3�an and obta�r� � dal�fk�rrie ���Ca?Ipk, SUCh� recea}�1 s�lsll ��
ew�ld�i��ve thal �he C,I#y ��rC«!*�� 111i_ do�urilel'il�ll�rl II'I 1fi� l,r�lE all��cat�d. H fax+rci and�or �mail�� co#��I w�fl not ba
�ec��te[I.
1. Subcontractor Utilizativn Form, if goal is recei�ed no later than 2:00 p.m., an the second Ci#y business day
met or exceeded: after the bid a enin date, exelusi�e af the bid o ening date.
2. Good Faith Effo�t a�d Subcantractor received �o later than 2:00 p.m., on the second City b�siness day
Utilizatian Form, if participation is less #han after the bid apening date, exclusive of the bid opening date.
stated oai:
3. Good Faith �ffort and Subcontraetar recei�ed no later than 2:00 p.m., on the sacand City business day
Utilization Form, if no MIWBE artici ation; after the bid o ening date, exclusive of the bid apening date.
4. Prime Contractor Waiver Form, if you will receided no later than 2:44 p.m., on the second City business day
erform all subcontractin Isu lierwork: after the bid opening dat�, exclusi�e of fl�e bid opening date.
5. Joint Venture Farm, if goal is met or recei�ed no later than 2:OD p.m., an the second City bUsiness day
exceeded: af�er ihe bid o enin date; exclusi�e of the bid o ening date.
Fel� ��!?E �� �OM��Y +N�Ty ��� L'I�fY'� IEXiI�-...5'!����+$ �ytl�I��{Y'f ����fi!pl���� ORI�!NAWGFF �JUIILL fS'ESIpLT E{V
THE l�ld B�INCs �ON5IDERED A�rJ#11-F'��SPf,�1�t�IV� TQ �p��IFJ�ATfOF,�S,
FP.!LIfF�E �O �U�MIT �Fi� 1��C1UIR�� �Yl�� G�L}CUl�lGNTATI04d WII�L F�t�l��'t IRJ 7Fi� �!t] ��!*!r CONSIDEf��E}
I���f-RE�FDNSiV�. A$ECD;+,"�J �Al�l��� WILL R@SULT IiV THE OFFtRO� @�lWG ill�CIUA��Fk�b FOR A
iP�i����Q OF Oh�E 1��AR. THRE� �JAI�.IIF�FS IN A F��p� Y'Er4Y� P��[OD V1CfLL F���UL� ki`d I� ���Q�+��IFICATID�J
PIE�IQ�J O�F THl4�E YEA�?5,
Any questions, please contact ti�e Office af Busine5s Diversit�y at (81�') 392-26�4.
OfiFice of Business Di�ersify
Email: mwbeoffic.e@fortworthtexas.gov Rev. 5115/19
Phone; (817) 392-2674
¢ 'v
0
��
2 0.
Q
Q
�
�
�
�
E�:n
�
�
�
W
�
C
�
�
L
�
TJ
�
�
�
IJ..
�
�
.�
���
�
�
�
�
�r
�•
N
�
o � �-
�
� � lJ
� � 4
� � N
� ❑ C
6 C`? ��
O C � �
UJ m
�� � � a
Ly ❑ ❑ � a
� �
N
�, � 7
� � � �
N y 00 iv
m � o � � o
y � 7
� � ❑ � � �
� o ts � �
Q {J � N �
m (� � �
._
p � C C �
� �N
� '� N �
�- E � Z
¢ �
w � �' „�� �
� m
Q � Z � U
� ❑ � � a ih
"; C7 � O
� � � u
U � � � �
� � m �y t L f�
V' •� N ❑ � Q '� �
� � ❑ ❑ �
■ a� �
� � � !r c [0
W
' •� � � � � �
� � � � p '� _ �'j
€� C� �►+ U � � � 'in �
� � � � � U �
� ❑ � a O
� c
C� � � C a�i
� Y� � � � �
❑ o � � � �I
N �
� � F N � � T � �
d
� ����a❑❑ €�
� Q� �� �a ¢ � o�o
� � A � w `� � ,�
� �� c� •� �
L1J K � � � � �
� � �� � L
� � � �, �
� V � �� � .� _
� �
0� W � u� � Q � �,
g � e�
� Q � � o �s ❑ ,�
9! �4
�� � FN �� � � 'u�i
� e � � Q7 � O � ;�,' c 2
� � ,� � p � � �. u �
�O � �� .�� � � � �
0. C? 9. � r- U 4� v L�.1
= L
C y
o c
�g
o �
� 'o
'� a
� �
W
c w
'� o
O �
v �
:� �
N �
w
W �
� �
��
G Q7
h �
7 �
.A
U�
��c
� 'o
N
N (�
� m
Q Q
E �
ri.
O ¢
O
[Y �
c Q
Sif
�U
�
�N, C
�s a
o �
c
c �
0
�� ai
? c
O p
� V
� U
V �
� N
0.. T3
.n
..c°'. o
a�
Q �
.y
� a
��
N
�kT C
m � �
�` 47 ?
� Q1 .d;
ss �r3 m
� �N .E
�Q
� ��
L
G_ C1 tl
�� �
� � a
�nao
� � m
�
°' .y a
ca, _ ,.
C) y p
N
o T .o
� 3 �
u`�. n a
�
�
��
� A
� �
.q
� �
8�
m c
w- �
O-
O N
•� �
aXi c
C �
O. p
� '�
-d m
� U
� �
. �
`o
Gp �
U�
w
� O
��
� ,o
-� a
� ;t5
C �%
o �
� �
_�
��
N
« �
C �
'Ly rl}
��
�F�
t �
� c
8
� �
� C
lJ.i y
N �
ra.
c �
� �
�
.G �
� �
r� n
C
'3 x
�
C p
� C
N �
N ip
C
16 Q
c
� �
� �
��
w
C
. �
L v in
s� .� p
� O •�
� � �
0
�� �
Lp�
�co
o '° z
� „' N
E ;� o
,� � �
ct. �
� k
0
m� c
� LL �
m
� n N
111 �+ C
�US
�
�
�
.�
N
�
Q
N
G
.�
�
C
�
C
b7
p3
N
y N
L 'F
�J �
N �
� �
. C
.S] C
� o
�
Q �
�
.n N
o �
m
m�
��
L �
�"'
ro o
� �
��
L �
N �
� �
N
;�' N
U �
� �
� 0.
.K o
� �
��
O �
�
N �
� �
jO
� �
o �
rn�
N �
� O
s3 y
3
r �
LL
'.�a O
N
EU
��s�
O N
� _
N �
.y 'L
� �
��
��
W°�
N �D,
m �
.� Y
N �^
m
� �
�
�
x
H
U ln
� �
O
Z
� �
?, �
.n �
� O
��
.�. �
GI �
� U
a�'i d
C ,
' N
7 7
.C] Etf
a�i c
� �
��
O
.� �
�U
�� ❑
�
N �
� �
i
�° Q
� �Ll
N �
A p
aU
C
%7 �C
� a
� �
ro �
��
v
�a
��
�
�
� 'C
� O
�
� r
o. o
'L �
C4 �
� 1pL
W �
�
.0 �
�'U
� �
�U
o ?
��
�
�¢
�
c
� o
�
c �
m �
EU
°�-� o
m m
U EY
� �
T "�
° _ .�
2� a
w Nyy �
C C N
O '� y
� C� O
N�•�
Q� �
d .� •�
1�6 � ¢.
U
� � �
C
� � lo
.- N
�+ � �
� � �
W
��•�o
� � b �
N � � �
a U a
m u�
� :�'.� �
� � N G1
a
o u�i =a
'oCn�
� 'w � �
ym � �+
� alS�'
o�.A�
� C � p
.� � �
4.
� � 4'�
N v
Q � 3 N
w � o v
� � � H
N'C U W
� � .� �
� m �.
a+��i.o
� �
� o � �
co
m � � �
� p li�l o
� w. y :.�
.� ; � u
U C �
� N �
❑ ...� � �
� �,m o
� � ��
.�v ��
O
.0 IC Q �
— � �k +:
� �% m W
p � U �
N � 2 N
Q j � �
� W N v�i
'���a�i
a- q�"j m —
m c E �
� 'cn +.
� � C
-� m �. —
����
�
_ � ._
.� w �
�.�SNo
� ,� m � m
c� � '� �
.� $ � ,a
N � N �
� � � �
� ;� C
� � a '�n
� � c�i'm
O`m n�
�� ���6
C � .t- � �
0
a c
�� � wv
� � p � � �
� � !IJ O 'li'�4
�
^ t �N � W �
� j o �
O d N �
a7� Np
Y l6 �- �O
y � N C
Ea��
or'n`°°
UI l�
� o � �
� Narw
.� N � �
N � � �
O � y�.. �
N � � b
�� ma
m_ � �
� � 3 N
�w o �
Q � � y
y a •�
m �
a�i����
� rtS
`r- 7 C �
O Q �
C � ,N C
�g�'°'�m
�t �- L° .c
a� o�
O US �" y'
¢ � � �
c � � �
' � t°—
� � U �
� y �
� � O �)
� � '� •w
'ii y . �
� � E a
ro n Q �
� �
ws°�i do
w
� � � �
E � � d
.�
�� C 'p
� O N
� � m �-
����
�
O G � �
� �o � �
fi U � @
v a � �
�- N n �
m � L N
d(C N .'�..
[il p� � P
m � -a �,
',N� LLI N �
�p'o>�w
� � � �
� ��
��°a
C
O. y L t�n
� � �rn�
�
a���w
f1J a � � 00
� � �a❑
m N ce � �
.G N � ��
= a� � �
O 7 'qy � p
����U
Q '7
N
� �
�
U �
�
¢
�
�
�
�
�
�
�
�
F�
�
�
�
�
F
� � �
� N �
� 41 U �
Qy,,, � �
� c tl1 0
'��a�''
oE��
t'i��na
m
8���
« �
� y, N
N � �
� � � �
d����u
o � �
�� �
�
c � m �
v � � �
� � �
w.
o � y n
0
� � � O
�
s5�a.
� W � N
� � � o
� 'A T p
N'�t � d
� ���
On u� �
� � �i ao
.� � y ,^ �
� a�
��4•��
o�
���o�
,�p��E
a. �a c� O $
w����s
�N
� � � C
.��$m$
m�a�.r�.
wWCj � c
�� �7,
� y � � �
G3 �- � N
���W�
�� �
����o
U C � m �
.C� � � � Q
�c�p'�
� C
�� � �, �
y tl7 � O
� � � � �1
�:� � � C
� 7 � ++ 7
�- rr ni ,�?
�u�.�- �
� c���c
5�i�°�
��n .S N
� 7� ��
-� m � �+ �
� ' p;. � cr
� � N 5+wy
+��' 3 (!Y
y. ; r� o� ar
o � � � �
� �' �O m Go
r'C. �' m �
D C'� �
O N �3
m �
� � e � �
ly0 l� v � �
1L� NN??
m�
��
� ��p
v Q-
o �
U
�' a
o .�.
�
� �
��
U
� �
N �
O �
� c'
c�
t
��
� �
�
� U
� Z
� N
� �
b ��Q
� L
� �
c �
�i �
a>
� .c
� C
��
Cg
��
E�
�Q
��
$ ,�,
��
w
a
� �
c
� '�
� m
��
��
CSl �
� U
.�
c��
�
�
O �
�i
� l0
�
Q Q
U��
o(j�
���
�
E� �
•c � �
� ��
� � o
�
n� u �
�
�
� � N
m
� � A
� �T �
� � O
r
N
C � � � � � C U U
pp � � .� o� � � �c m ro � 'c
� • 41 C N . � � N � 43
:�' �� za z �c z¢ z �c z¢
� ❑ ❑ ❑ ❑ � ❑ ❑ � ❑
� w a m
� v � � � E �i
a. � '� ti 'y LL �a�i
d � � � � �
� N
Q1 � Cm �lp7 ❑ G •N Ct� �
� � U N j � � m � � U :6 �
l� ',�� •y � f0 ;� 'dy lO � � W �6
� ¢ 4 U g ¢ Q U � ¢¢ U
�❑�❑ �❑❑❑ �❑❑❑
� U
e.7's U m �
m
� �
a _ n � U U �
p p ❑
� � � � � a�r � ��` F � � � � N p �
{k- � � � � rw LL U '� 4: � U �
U V�� V��� O V����
❑❑�C� ❑00❑ �
� a
� �
w �
V � � r r
��
�
w = `'
� � � M
a= � �
� :,. � � � d ay+ � � � � � �
fn u; �s � � � � �a p. N � �� t+'y �
L!7 - � ��
U�i y�� i�- � tA � d° � v� � � Q
� 'g � � � �^^ �,C7 m d � (�j a � '�. � C�
� � � � �
W N � � � � �
p� v� � j � � � � 4 � v� � �� ° a
W � O C) U � Q 0'� � O a O`� �Jy O
� aoo � �. � �� � ����� a
� �.
a U U � a = � ,a r ,� °7 �� "� .�
Vl
C �
.� g
a •�
�
� � � ��\J ? � `
N � � � V � � ` � � � � +
n � ca .� �
�� a � o ��c�D � � � N� � a�
�� ����� � � � �-�'-� � a'°' '� �, � v
�ff� �� �� Uy � .�w'��C � l�d 'am� � ��.71 � �
Gv! ° a'�T C m �� o�' a' � 4�s �ra r �
a� Up7 as� $ N �H w� � a U}� m�� ix �
Q � .�I C � � � 0 = i tf1 •� Q ,� � � �.1
�C? 7O C�' � L O� �~ C � :OQ �� � tn
�� �D.Y�P `s U .J NmorP � � C�J�m W �� � �
� � a� � �i � �i �
� � � � � L� �y . A
Q�S N . V 4) �! N� v � � Qj � ci
N'iJ B.� � fJ1 `01 A•� � IA TJ O•� �
� � � � o � � .� � A � �a � �
ao a�. u, � m a �, � � n a c� �
��
C �
L�. N
��
4 �
0
��
�
Q V'
O
m
W �
� �
f.) A"
�
4
-`T'°-�
�
�
�
�
�
0
�
47
.�
�
�
N
�
�
l�
�
t.-Q.
t3
�
'�
�
d
'.�G
ii1
f71
9.
O
N
�
.�
a
�
�
�
a
�
5
�
�
N
�
m
A
C V G C •� � � •� � � C �
N
y,, p U�al �� p (�l�l � C E O N . 1 � O y .� �
ia' � � Z Q � � � � � Z .� Q .� Z � �
S � � � � � � � � � � � �
w � N CS N
1p C N C � �Cp N Ct�
C � � � U � () � Cl
a7 � US 'C
e ❑� ¢ � ❑ � � ❑ � � ❑ E �
m @ ¢ � ¢ �
.� •� •N •�
� � c� m � � � � � � � @ � � � � �
� ¢¢ U � Q� U � d Q U � � 4 U
❑ ❑C�� ❑ LJ❑❑ ❑ ❑❑❑ ❑ ❑❑❑
� � m 5 �
m
� U ❑ � � ❑ U ❑
d
o �
�° ��¢ n�4 ���� ����
���� � ��UQ ; ����� ���o�
� � �� � � � � �� ��� �� ���
�e
� � ��❑� � ❑❑ �
��
��
� � � � r �
fA 2
� �
� � �
�� 6N7 a�-� � � W p Q q� � � G! � �
� {�j G U � 0 •R. � P � •Q �^ � � �� � �
�' — � � r�„ � y � op � .� � � e� �C'`� O
� � `a+ �j (V � w � '� � a � R� a � �� C�
� n � �. � �
X -�
p � � � � O � q} � A � � ^ � 4 � � LL � �
lt! O q A�.� C7 a �� � � ,'�^, fQ � � Q� Ci �
�a c,� � � � n�'„N � � Q,4 r.�.�r g �� U �
a � � � H� a � � �s � � � � � � �
�
� �
U Q `J p
� U � � �Q � � U
� X � O O � O N � � �
O d+ � � �p � ti � �� � � {,} � � �
N 'C in � �
�a �N��� .� c�C6�,.-� •��pT' c�} ;Q y c;�[37�
l�} {+} � 5�4 iR � �
� � c `r° m � .� m m ;� °�-° � � � cs � � � m � °' � '°° �.
�� oo�'�'�s � ���Mm � ��N=i'�"s�a � ���4� '�
Qa H00�� U -� I �i���� � `hL� i�� � � =�.t� ?��� �
Q� CJB.�q � � ���rnx Y �� �1'YV � H 1������ �
� � � � � d � � � �
a � � � ,�
� N EL � A y �, uj �
y U�1 , f�,� � N , V @ fNA , 6� � � , ��.i
� C '� �+ e G �� e�
N '� C � � N 8 O � � fA � O •� � N � O �� �
a�n a au�a � � a�� c°y ���� �i �� �� ci
Q N
0
� �
O Q
7 q7
��v �.
W �
��
� N
w �,
U�
�
4
�
�
L
�
�
�
it
�
�
�
�
�
�
�
���
N
j N �
�r��a
� m $ �
�
Q� � �
N C N D
� � 'Q �
`o��'�
U � N C
�N
"' � O
$ �y �
.a f.-. N
N
di �`p, �
al�' ��
m
a � o
�� � w
c � m �
� � � �
� �
�
Q N � "-
'a = �.a
�y�-o
� � s� fl.
w
��d-a
a� w-. 'n
� y' r L,�,
� �'0 Q
� � � �
O�y�
� j [�7 N p
o`.�� a'
'�o c�n�
���o�
,•6� d �
'� � 0 �
� LLl � � aa '�'s
o.�'�..�
�a '�- �
.� € ° a�i c�i
m� ���pp77��
N � i� N CA
r�. � O � �
wa`� �
� h'���
B ca
�u�.�-�a�
����
�o���
C � m �
� c � � a
•� l6 � E d7
y N Q- � O
€��i.��
�� �� �
� �� � �
�•� � � �
O'� aj,N p
W�._= U
m
�n r� o� c
C � � w �
'� ,rc 0 m �
� ia r-
am���
� ��. ��a
'q�� ._ a �. �y
U � 7 N
y,� 3 rsm
C '��-' � W �N
(C � 'O N E�S
� jc'•��c
°'N���
C ���' �
0�7 �1 U � y
Ll. � N N �
��
��
� n-
u�
��
N
� �
� •�
C� y
U�
¢ ry,.,
�
N '�
N n
o �
Gt
��
�
� a
� �
� �
in w
�
� �'
��o
��
�
�
� �
c� �
� �
�
rn�
� �
� U
� �
w�
P�
��
c� a
� �3
� W
'a�i a�'i
� �N
N�
�� -�
w
��
CS �
•� U
S�
� �
��
� LL
O 0
VU �
� �
� � c
,� � O
O '"
� T.�
� '� :`a
.� � �
a� �
W � o
ro�
d U �
� a �
.� � �
� � :�
�
� ;�, g
�
i.7 °�,' n
�
�
�
N
it
.�
N
�
�
�
�
ia
G
�
�
C
:�
v
C
O
.�
�
U
N
N
�
��
�
�
�
�
Q
�
0
�
.�
�
�
�
�
�
�°
{.1
s
O
U
�
'[S
�
�
;�
�
�
�
N
�
�
�
�
C�
� � � � �
C V ���7p � U � C �
� � 7 'y � � � C � � y �
� C N
;�' z z z¢ z � z� z � �¢
s ❑❑ ❑ ❑ ❑ LJ ❑ ❑ ❑
ui m a� m
.a i� � m c ro �
w LL �� L� � LL. N
s � � � � a `" � � 1°
� ,N�p �p C �
� C � Q1 C G S] N V ltl �
N � (6 � � ,SE 7 .
� ¢ � � � a ¢" c� � ¢ a ci
���� � �❑� � ��L.__J
� U
� � m �
d �
a �, � U ❑
� C] ❑ p ❑
0
� �� U I— , m� U I— d] � U I�-�
�°$—� � a O ,� � � � � � � � .c
!� �` z O '��70• � z � O � � z � O
��ou❑ �❑oo❑ �❑oo❑
� �
H �
��
r
as r— �-^ �
a m
N Z
N r.
� —
ea -
�' �` s... O C] �
y a, � v � � � � (� a � �."a.
riy - �l1� � � • � � �
u� �; �� CV C� R .� 8 g � �
�' a n UJ '� � n � � va � �'
� �
u��l � � � � � v � � N � �i �
N� �6 R5 m �ql Q' � eo
O� � �!3 � � �
!� 9 O �` i�] � Q {fJ � � � e� �' �
�� a o Q �� � � �� � �
� C� � .�, M � a � � � � �
U
Q � �
� � � � I
°' � tn � �
y
p � � � � �., °� � O
N � � �cY cCf ..._ q � �f cD � U
�� � � � � M� �d7 Ui
�� a�i m�r'm� � cM�ci �� �uo°i � �
� �
I� Cb O N
0 (/��j � � � tf] N � � X %� M df � G" � � �
ao � i n� �, �i �� �,� �°a°�iiC�J 'cn
�cs �� @o � � i�0•��- �[�-�� � �
4� � e- ❑ 4� � E� ❑[].. � N I!} p. t� O�'� Gl C.3
� � pj � ci � ai �
0 0 �
� � � � � W � N
y � � � H �
� U�f Cy ,� v 41 N �.. V P.�.f (!! Qj � fi
� �' � � � � � � b �•# �
�n ss o �� � in � o '� � 'w � a �
� � s� O � � .�� A � � �� o
aD d a ua ts m •S �� � m a � u� tJ
oN
��Y
4 �
�o
} '�
�
W j
Q �
}- M
��
��
t� a
�
d
�
�
�
�
�
�
C
�
Q1
,�
�.
�
�
�
�
�
y
a.�+
u
�
O
u
�
�
�
�
`�,
a�
a
�
�
�
�
O
�
.�
O
C�
d
7
�
�
!?
�
�
�
�,
�
C V C � V {C� � V � � ti ��p
.� � •C � U •� � U •C v [.7
m � N .� m �p > � � Q � '� � � � �
C � •� N � y �46 � d N (�6 � O °� N �
;�' � _ �¢ � � z¢ � � z¢ a = z¢
r ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
� m m a� w
� � � � C � � � �
i � �� � m � W � d
i ❑ �C � ❑ � y ❑ � •N ❑ Q N
� �
� QJ � � � G] p � ' N � � � A7 p � �
� ¢ � c1 � ¢ � U � ¢ ¢ U � ¢ � U
❑ ❑❑❑ ❑ ❑�❑ ❑ ❑❑❑ � ❑0❑
� � � � �
a ❑ ❑ �y ❑ U ❑
t�
;° �. v°� ¢ �. � a � � a �r � c4i �
� f� � U F- � U I- � U E-
� � � E-�- � °� � � � a � m I�- � p7 d � p �
V � O Z C7 �� z Q �� �[X- O �� Z� Q
U � V � V U �LI
L �
�"' �
��
V d �
G1 �
ES.
N �
U� �
�
� � fh � rA Nl N
� �. d � � � N GI
� ux 9. a q) �G. � .e,.
C�.� � � � � � d7 � CU �
� � M � � � N ;� �
W� � V��' (� � p I'��' a u
L.� � N -�p � k' � V p I � {'�j � F� .� � �
�� � � � � � � U � I� � L� � � u a
a' � � ` v� a a � � � 2 � � Q � Q
� T � � � f-� (1 � � � � Q � � � � �
� m
E
� �
o.
�� �
�� �� �
�� a�r� � �
�� �'�' � p U N
+ N
p� ���M� �
�
Q p fA tp ,� �
�� p�'�� � O
a� c} ►ar� r� o� a �
�� � A � � � � � a
� o �r � �
� � � a� � � � v � d
y Q � � y � y �
�/} Ul .�r � f11 �, C�? Q�j N L�,1 N V
Q1 VJ P.i '�' U d o Qj o G3 �
� G1 C. � � '�. � � � �� '� ,� 5 PJ 1�
,a a s°� o � � �� o � � �� � � � �� o
a1 Q �a. Lta U m 4 �� U �l a a. � t� E+9 a e. � CJ
� N
��
O �
Q 0
��
��
4�
� �
LU �
i�
Q
¢
�
�
�
�
i�
d
R�
a
�
�
�
�
�
�
�
� C7 O
0
o.
n a o
0
� � m �
O �1
�' � �' �'
�
Q� �
� ��
� y
v � �
� � �
� � � �
c � — �
v � Q
y 3 �
a �
� � o �
'�. _ � �
� �� � �
U � Q �
.� :� � �
N
� �' � �'
� � �� 1]J
O ,�+ �j ii
� � � �
�� �
�, e �
� � � �
� � � �
C? m `�� �
0 0 0 �
E E � Q
d Q � �
� [�6 N �
� O d �
� � ° a
r� ia m �-
� �-^ �"' �
�
O -�
C a '� B
v_ � � -
�N � � �
❑ ,� X �
�� ��
� �
� � � �
rr' � '� �
�m'��
� d% � D
•� � � C
j � � N
� N F�n O
.G C � ' �
Q o � �
��
��v
mc���
a �' � v
Q., p
f� � � N
�
•� � ,� � I
U a
� � v�
� � .� .
O � F �
�'�c�
-���;�,
�a•��
�Q��
s� o �
� � � �
N C"`� ,� '�/}
�n O � �
O 0 �
� � � �
o� � �
��-�c �
:w� �f1 � m
� � p �
sN.. � �N
a � � �
C� +•'�-� `
u? �, o °
�� � �
�
� "� �. Q
� � m
� O �
� � �� m
��a ���
�1--� � C �i �
�o�ma��i
.�����
� ��
tt '� � � •�
� � � � �.
Q � 'i3 � �
E���'�
� a��� �
a�a�3``-
�� ���
� � �..
p Q C � �
E � ° � �
7,
O�� t��
� � = � N
.���v�
0
°� � +n c� :�
s���.�m
� � ,� ».. .•�
o �
c
� cU � o
f0 +� ;�:, �
� � �a- � �
� N C ,� �
� � p � �
�iil '
N U�7-0
$ o � � w
�
ca c � •�
� o � � �
� v` �„�Q �
U
I4
N`� ��.,��+�
C � � C U �
Q.� � U � M
� � � � � N
�' � a .� O `�
�
N ~ N C � �
,��,,, v� � � �' �
°��ca.n
,��,o�-�v
� a, ,•�r U � O
�ua� � �,�
� W �3 � V O
'� G � � O E
Q � � Q � p
4 � I- � 'Q 'a
�y a
m��+���
v��o�Q
���U��
w^ � p � O
� . . �
A *�-
� G � .A U �
� � � a � �
o a N � �
Q � � � � �
� � cu c� ,c� �
Np � U.C.....
� � � �,. "J i�
.� � c
����a�
N
� � c -rs � �
�� N ���
� 'o .�' t6
�°vc°j����
�n�n��.w�
� d �"' p fl7 �
�"' � f� Q. cA
$ �o � ��
��`����
�0�. m�
� � � �
i�S] c3 ,;ti � � N
��U � Q � f!]
[if �
a
�] � '�s N � 7+
•M C � �q � �
c�vc�`��'�o��
a�x�m�
CXa i. � i2 Q. �C
� �
� � � �
� � � � � O v�i
Gi a% �` � O � N
`� �� � aa�
�� � � �
C eti 9 O ��N �
a �o���i��
U
�
�?
Q
U
�
�
0
U
A
�
� °o
��
�o
� N
� p
�. F'
��
�
� �
0
�
0
�
ti
�
N
�
y �
�
� �
� �
d �
�
i�
�
��
�
v
o N
��
r �
oN
oa
��
m
W �
c
,o
,N
s
a
.�
�
w
w
m os
�y
�ro
o �
as
U Q
�
��
��
? � �
p W �
'�' fil N
d �,
c � �
N j tn
���
����
� W 0.
��d���i Wa�e ���es
7C�IIS �P�1�E �L��7� �llT�Ell\TTT�OloTA�LI.�X �LAN�
CITY bF FORT WORTH CITYW]D$ STORM IIRAiN IMPROVEMENTS
STANDAftD CONSTRUCT[aN SP�CIFICATI�N DOCLTMENTs CITY PROdHGT NO. 100092
Revised Mareh ] l, 2022
2(3�.3 PREVAILING WAG� RATES
(Heavy and Highway Construction Projectsj
CLASSiFICATION DESCRIPTION
Asphalt bistributor Operator
Asphalk Paving Machine Operator
Asphalt Raker
Broom or 5weeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine ��erator
Concrete 5aw Qperator
Crane Operator, Hydraulic 80 tons nr less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Qver 80 Tons
Crawler Tractor Operator
�lectrician
Excavator aperator, 50,400 paunds or less
Excavatar Operator, Qver 5�,000 pounds
F[agger
Form Builder/Setter, 5tructures
Form Set�er, Paving & Curb
Foundatipn brilf Operatnr, Crawler Mounted
Foundation brill Operator, Trucic Mounted
Front End Laader qperator, 3 CY or Less
Front End Loader Op�rator, Q�er 3 CY
Labarer, Common
Laborer, Utiliry
Loader/Backhoe Operatar
Mechanic
Milling Machine Operator
Mator Grader Qperator, Fine Grade
Mator Grader Operator, Rough
Off Raad Hauler
Pavement Marking Machine Operator
Pipeiayer
Reclaimer/Pul�erizer Qperator
Reinforcing Steel Warker
Rolfer Operator, Asphalt
Roller Operator, �ther
Scraper Operatar
Sen+icer
Small Slipform Machine Operator
5preader Box Operator
�ruck Driver Lowhoy-Float
7ruck Driver Transit-Mix
Truck Driver, 5ingle Axle
Truck �river, Single or Tandem Axle �ump Truck
Truck Driver, Tar�dem Axle Tractor with Semi Trailer
WeEder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
S
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
i5.32
13.99
J.z.69
11.74
14.12
16.05
14.48
a.s.�z
17.2i
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
1fl.72
1Z.32
15.18
17.68
14.32
17.19
Z6.02
12.25
13.63
13.24
11.01
3.6.].S
13.08
11.51
12.96
14.5$
i5.96
14.73
16.24
14.14
12.31
12.52
12.86
14.84
1Z.68
7he I]avis-Bacon Act prevailing wage rates shown for Hea�y and Highway construction projects were determined by
the United 5tates Department of Lai�or and current as o{ Septem6er 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of 7exas' Standard Job Classifications and Descrfptlons for Highway,
Heavy, Utilities, and Induskrial Construction in Texas.
Page 1 of 1
��������r��t�
CONTRACT
FOR
THE COI�STRUCTIOIi� OF
CITYWIDE STORIVI DRAIIiT IIVIPROVENiENTS
Ciiy Projeet No. 100492
Mattie Parker Da�id Coolce
Mayor City Manager
Williarn Johnson
Director, Transpot-tation and Public Works D�parim�;ni
Prepared for
The City of Fart Worth
Transportation and Public Works Departm�nt
Stornnwater Management Division
Fie[d Engineering �ectian �
� ��P'' f� OF,T�'r9�',rl
► � . � �r�l
�r: ; �r
.......... ..........................
DANI�L A. FRANKLIN
....................................
202�
� � � � ��vV
4-13-2022
�H� �ngineerir�g $� Surveying
3801 WiUiam D. Tate, Suite 500 Grape�ine, 'TX 76051
817.251.8550 • bhbinc.com • BHB �lo. 2019.709.011
oa aa ao
Si'AI+IDARD CONS'fRUCT10N SPECIFICATION DOCi1M�NT5
Page 1 af 5
s�c��o� o0 0o ao
TABLE OF CONTENTS
Divisian 00 - Ge�eral Conditions
Last Re�ised
OQ OS 10 Ma or and Council Communicatian 07/01/2011
00 �5 15 Addenda 0710I/2011
00 11 13 Invitatian to Bidders 07/19/2021
00 21 13 lnstructior�s to Bidders 11/02/2021
00 35 13 Conflict of Interest Statement 02124I2020
00 41 00 Bid Form 09/30/2021
00 42 43 Fro osal Forin LTnit Price Q 1/2012D 12
OD 43 13 Sid Bond 09/11/2017
00 43 37 Vendor Com liance to State Lazv Nonresident Bidder 0 5/2 712 0 1 1
00 45 i 1 Bidders Pre uaIifcatians 08/13/2011
00 45 12 Pre ua[ificatian Statement 09/30I2021
DO 45 13 Pre ualification A lication �8113/2021
00 45 26 Contractor Cam liance with Workers' Com ensation �.aw 0710I/2011
00 45 40 Business E ui . Goal 10/27/2U21
00 52 �3 A reement 11/23/2021
00 5l I3 Perf4rmance Sond D7/0112011
00 61 14 Pa ment Bond 07/D 1120 l 1
00 6I 19 Maint�nance Bond 07/01/2011
00 61 2S Certificate of Insurance 0710 1/20 1 1
00 72 00 General Conditions 08/23/2021
0� 73 00 Su la�nentar Conditions 03/09/2020
Division 01- General Re uirements Last Revised
OI I 1 00 Summ of ViTorlc I2/20120I2
Q1 2S QO Substitutifln I'rocedut•es 0710 1120 1 1
013119 PreconstructionMeetin 08i1712012
O1 31 20 Pra'ect Meetin s 0'7/0I/2011
O1 32 16 Construction Schedule 08/13/2�21
Ol 32 33 Preconstt-uction Video 07/01/2011
�1 33 Op Submittals 12/20/2012
0� 35 13 S ecialPro'eetFrocedures 03/11/2022
o1 45 23 Testin and Ins ection Services 03/09/2020
O1 50 DO Tem orar Facilities and Controls 07/01/201 I
O1 55 26 Street Use Permit and Modifications ta Traffic Control 03/22/2021
01 57 L3 Stt�rm Wate�' Pallution Prevention Plan 071D112011
01 58 l3 Tem orar Pro'ect Si ,na e 0'7/�112011
O1 60 00 Pt�oduct Re uirements 03/09/2020
O 1 66 00 Product Stora e and Handlin Re uirements 07/0 1120 1 1
O 1 70 00 Mobilization and Remobilization 11/22/2016
01 71 23 Cor�struction Stakin and Suive 02/14/2018
OI 74 23 Cleanin b7/01/2011
O1 77 19 Closenut Re uireznents 03I22/2021
O 1 78 23 O eration and Maintenance Data 12I2012012
41 78 34 Pro'ect Record Documents 07/01/201 I
CI7'Y OF FQR7' WORTH CITYWIDE STORM DRAIN IMPROVEIVI�NTS
STANDARI3 CONSTRi3GTCON 5PECIFICATION DOCilM�NTs C1TY PROJECT NO. 100U92
Revised March 11, 2022
00 00 00
STANDARD CONSTRUCTION 3PECIFICATION dOCUArIE�'TS
Page 2 of 5
Technical Speciiications which have been modificd b� the Engineer sp�cif'ically for this
Projeet; hard copies are included in the Project's ContraeE Documents
l�C�J��
Technical Specif'ications listed below are i�cluded far this Prnject by refere�ce and can be
viewedldownloaded from the City's website at;
https: ll apps.fo rtworthtexas. go�/Proi ectRes ourcesl
Division 42 - Existin Couditions
02 41 13 Selective Site Demolitian
02 41 14 Utili RemovallAbandonment
p2 41 1 S Fa�in� Removal
Division 03 - Concrete
Last Revised
03/11/2022
i2/20/2012
02/02/201b
p3 30 00 Cast-In-Place Concrete 03/1112p22
03 34 13 Controlled Low Stren h Material CLSM 12/20/2012
03 34 16 Concrete Base Material for Trenck� Re �ir 12I20/2012
03 80 00 IVlodifications ta Existin Concreie Structures 1 2/20120 1 2
Division 26 - �lectrical
26 05 00 Cotnrnon Ulork Results for Electrical 03./1112a22
2b OS 10 Demolition for Elect��ical S stems 12/20/2012
2� 05 33 Racewa s and Boxes for Electrical S stems 1212U12�12
26 OS 43 Under t•ound Ducts and Racevt+a s for Electrical S stem� 07/01/2Q11
2b OS 50 Communicaiions Mu1ti�Duct Condu[t 02/2b12016
Divasion 31- Earthwork
31 00 Ofl Site Clearin 03/22/2621
31 23 16 Unclassified Excavatian �1/2812013
31 23 23 Borrow oI/28J2013
31 24 00 Embankments OI/2812013
31 25 00 Erosion and Sediment Contro] 44/29/2021
31 36 0� Gabions 1 2120/20 1 2
31 37 00 Ri ra 1 2/20120 1 2
Division 32 - Exterior Im rovemenfs
32 OI 17 Permanent As halt Paviii Re air 1212D/2012
32 O1 1$ Tem ara�• As halt Pavin Re air 1 212 012 0 1 2
32 OI 29 Concrete Pavin Re air 12f20/2012
32 I I 23 Flexible Base Courses 12/20/2012
32 1 I 29 Lime Treated Base Courses I2/20/2012
32 1 I 33 Cement Treated Base Cou�-ses 031111202.2
32 11 37 Li uid Treated Sai� 5tabilizer 08/21/2015
32 12 �b As halt Pavin 1 212 0/20 1 2
32 12 73 As .halt Pavin Crack Sealants 12/2fl12Q12
32 13 l3 Cnncrete Pavin 03/11./2022
32 13 20 Concrete Sidewalks, Drivewa s and Barrier �'ree Ram s 12/09/2021
CI'iY QF FORT WORTI-� CITYWIDE STORM DRAIN IM?1�OVEM�,IVTS
STANDARD CONSTRUCTfON SPECIFiCA'f'ION DOCUMENTS CI'I'Y PItp,TECT NO. 100092
Itevised March l 1, 2022
00 UO 40
S'I'ANC1AItD COWS'fY2UCTlOiV SPECIFICATI03V DOCUII�NTS
Page 3 of 5
32 13 73 Concreta Pavin Joint Sealants 12/2D12012
32 14 I6 Brick Unit Pavin 1212DI2012
32 16 13 Concrete Clu-b ��ci Gu�ters and Valle Gutters 12/09/2021
32 17 23 Pavement Mavkin s l 1122/2Q13
32 17 25 Curb Address Paintin 11/04/2013
32 31 13 Chain Fences and Gai�s 12/20/2012
32 31 26 Wira FenceS and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20120i2
32 32 13 Cast-in-�lace Concrete Retainin Walls OG/0512018
32 91 19 To sai.l Placement and Finishin of Roadwa Ri .ht-of-wa s a3/ll/2022
32 92 13 Soddin 05/13120Z1
32 92 14 Non Native Seedin 6S/13/2021
32 93 �3 Trees and Slu ubs 12/2012fl l2
Division 33 - Utilities
33 O 1 30 Sewer ar�d Manho.le Testin 9/07/2018
33 O1 31 Closed Circuit Television CCTV .Ins ectian — Sanitar Sewer 03111/2D22
33 O I 32 Ciosed Ci�•cuit Television CCTV Ins ection — Stor•m D�•ain 0�/11/2022
33 03 10 B ass Fum in of Existin Sewer 5 stems 1 2120120 1 2
33 04 1Q doint Bondin and Electrical Isolation 1Z/20120I2
33 04 11 Corrasion Contral Test Stations 1 2120 /20 1 2
33 04 12 Ma esium Anade Cafihodic Prot�ction S stenn 12/20/2012
33 04 34 Tem orar Water Services Q7/Dll2011
33 04 40 Gleanin and Acce tance Testin of Water Mains �2/Q6/2o13
33 04 50 Cleanin af Pi es . 03/11/2022
33 QS 10 UtiIi Trench Excavation, Ernbedment, and Bacicfill 04f0212Q21
33 OS 12 Water Line Lower�n 12/20/2U 12
33 OS 13 Franae, Cove�• and Grade Rfn s 1 210 9120 2 1
33 OS 14 Adjusting 1Vlanholes, Inlets, Valve Bo�es, and Other Structures to 4311I/2022
Grade
33 �5 16 Concrete Water Vaults 1212QI2�12
33 05 I7 Concrete Collars 03/11/2422
33 OS 20 Au er Borin 12/20/2012
33 OS 21 TunneI L,ine.r �late 12/20/2012
33 OS 22 Steel Casin Pi e 12120/2012
33 OS 23 Hand Tunnelin i2/20/2QI2
33 05 24 Insta[Iation oiCarrier Pi e in Casin or Tunnel Liner Plate 06/19/2013
33 OS 26 Utili Markers/Locators 12/20/2aI2
33 OS 30 Location of Existin Utilities 12/2U120I2
33 11 pS Bplts, Nuts, and Gasfcets 12/20/26�2
33 11 10 Ductile IronPi e 12/20/2Q12
33 11 11 Duefile Iron Fittin s 09/20/20Z7
33 11 12 Pal in I Chlor.ide PVC Pressure Fi e 11/16/2018
33 1 L 13 Conceete Pressure Pi e, Bar-Wra ed, Steei linder T e 12/20/2012
33 11 14 Burled Steel Pi e and Fittin s 1212012� 12
33 12 10 Water Servic�s 1-inch tn 2-inch fl21t4/2017
33 I2 11 Lar e Water Meters 12/20/2012
33 12 2Q Resilient Seated Gate Valve 05/06/2Q15
C1TY OF TORT WORTH CITYWID� STORM D12AIN IMPROVI:11h�NTS
STANDARD CON5TRUCTION SPECIFICATfON DOCUII�NTS CITYPRQ:TECTNO. IQ0092
Revised March l 1, 2Q22
00 00 00
STANDARD CflNSTRUCTION SPECIFICATION DOCU1bfEN'TS
Page 4 of 5
33 12 21 AWWA Rubber-Seated Butter� Valves 04/2312fl19
33 12 25 Cannection ta Existin Watez• Mains 02/pG/20I3
33 12 30 Combination Air Valve Assemblies for Potable Water S sterns 1212�120I2
33 12 40 Fire H dt•ants Oi/03/2014
33 12 SO Water Sam l� Stations 12/2d12012
33 l2 b0 Standa.rd Blow-off Valve Assembl 06/19I2013
33 3l I2 Cuzed in Place Pi e CIPP 1212�12012
33 31 13 Fiber lass Reinforced Pi e far Gravi Sanitaa` �evt+et's 12/20/2012
33 31 15 Hi h Densi Pol eth lene HDPE Pi e fo7• Sanitar Sewer 04/2312�I9
33 31 20 Pol vin 1 Chlaride PVC Gravi Sanitai Sewer Pi e �G/19/2U13
33 31 2l polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary S�wer 12/20/2Q12
Pi e
33 31 22 Sanitar Sewer Sli Linin 12/24/2Q12
33 31 23 Sanita�• 5ewer Pi e En[ar ement 1.2/20/2012
33 31 50 Sanitac Sewer Service Connections and Service Line �4/2612013
33 31 7Q Comhination Air Valve for Sanita 5ewer Fo�•ce Mains 1212a/2012
33 39 lb Cast-in-Place Canc�'ete Manholes 12120/2a12
33 39 2� Precast Conc�•ete Manholes 12/20/2012
33 39 3b F'iber lass Manholes 12/20/2012
33 39 40 Was#ewater Access Chamber WAC 12I20/2012
33 3� bQ Liners fa�� Sanita Sewer Structures 04/29/2021
33 41 1 � Reinforced Cancrete Storm Se�ver Pi e/Culverts Q7101/2011
33 41 11 Hi h Densit �'o[ eth ]ene (HDPE} Pi e for Storm Drain 12f20/2012
33 41 12 Reinforced Pol eth lene SRPE Pi e 1 111 3 /20 1 5
33 4T I3 k'oI ro lene Pi e for Storm Drain 4/02/2021
33 45 00 Subdraina e 12/20/2012
33 45 O L Sloited Storm Drains 07/01/2011
33 46 02 Trench Dt•ains 0 7/4 1120 1 1
33 49 10 Cast-in-Place Manholes ar�d 7unction Boxes t2120/2012
33 49 20 Curb and Dro Inlets �311112022
33 49 4� Storm Draina e Headwalls and Win walls 0 710 1 /20 1 1
Division 34 - Trans artation
34 41 1� Traffic Si nals 03/I1/2022
3� 41 10.01 Attachment A— Cant�•ollex Cabizlet 12/1872�15
34 41 10.02 Attachnient B— Contrallei• S ecifieation 02/2012
3� 41 10.03 Attachment C— Softwat•e S ecification a1I2Q12
34 41 1 L Tem ora�� Traffic Si nals l 1/22/2013
3� 41 13 Removin Traffic Si nals D3111/2022
34 41 2o Roadwa Ill�mination Assemblies 12/20/2012
34 41 2Q.Q1 Arterial L�D Rnadwa Luminaires Ob/15/2015
34 41 20.02 Freewa LED Roadwa Luminau•es OG/15/2015
34 41 20.a3 Residential L�D Roadtiva Luminaires Ob/1512015
34 41 3� Aluminurn Si ns 11112/2Q13
34 41 SQ Sin le-Mnde Fiber O tic Cable 02/2b12�I6
34 71 13 Traffic Contro] 03/22/2021
CITY OF FORT WOItTH CITYWIDE STORM DRAIN IMAROVEMENTS
STANDARD CONSTRUCTiOIV SP�CIFICATION QOCUMENTS CITY PR03HCT N0. 100092
Revised March 11, 2022
oa ao 00
STANDARD CO�ISTRi1CTIQN SPECIFICATEDN DOCUMBNTS
Page S af S
Appendix
� n n� c..w F r ��1_tzl�,.n ..�] 1"��n.�ir..,.,
�..�.:-�.vH w.uv .
r�T�'T��-�3i�a^vu�aom�2'�urca�r�#9z�rik��'T�9
GC-6.06.D Minority and Women Owned Business Enterprise Cornpliance
GC-6.D7 Wage Rates
CC �.n��ge�s--r��i�i�i�es
E��-�:�4 �mss��at�en {No Federal Aide}
C�� 8} 6A-A ^�..^* "a^,.;•.��^^�„+� (Availab�e on Project Resources)
END OF SECTYON
CTTY OF FORT WDRTH CITYWIDE STORM DRAIT! IMPROVCM�NTS
STANDARp CaNSTRUCTION SPECIFICATION pOCUMENTS CITY PROJECT NO. 16D092
Revised Mareh l 1, 2022
���y of Far� wo�,,
��j��� ���
T�x�s
��un�i1 ��rr�r�ur�i���a�n
�ATE: �C�+1#�r71 M8� FlLE h1UM9�R; N78�C.�2-0���
�Ofi fVAM�: 2��+lUM CITY�II�IDF S7��Mf�RAIN Ih�1Pf��V[:lNf�„�'I`� ���2
k��l: i�J�L*�1
(AL�� AwrkhC�nze ��ac�,RRr�n oi a L:�rrrracl wll�s UVuc�dy Ca��ract�, I�rc., in a�i Ar�roui �� Up ta ��,O��fl06.fl0, Far ihe [:I�yw�d� S#a�m �raln
Irnproven�anls Pro�ec� wsth lhe Opt�a� ln �enew lfre Caaolra�i U� la �wa Times
REC.QI4�M�f�JDATlC}�V;
II ss feppmirl��ded th8! th� C:tty Cnimc,il �I�li�onZc� Eh� ���tuHa�r a± a conlraa! wHh Wo-ady Con1t�CEors, fnc, In an �mt+�,rsl vp to �2,0�0,OOO,f]4, fcsr
rhr� f;�tywl�e �fOtrri t}ralrF impru�r��ne€�E5 proJe�k, pro�+lde fc�r �oniir�+�vn�:�es, conalruc��csn rr��rrage�n�n�. s�mreyi�ry, Inspec��nn ��d i�tiai�{ia� I��Hrr�
fvP a to!al �roj�ct smuur�R t�f ��_�82,�J40.00 w�tl7 rfie ��pkion l� eonew G�e ctae�tr�ci sip ta twn tlnt�� i�Rdar It�e sarr� terms. abetdilsar�s �nd unll prrc�s
prnvi[i�.;l s���fi,_ser�i [tindong has b��n a�]�rfl}�rial�c�.
�L� ��1���1
A�pro�+a� of th:s Fulay�r and �okin�il �:amm�in+ca#�on �h�tBC:j wfll authnnr� kha �xecul��rn ni a�an�rsc;t lcsr �he exie������r�, re��acerne�t�, and�ar
Im�ira�r�r��:�! �t �x�stinn (:ity rfrainag$ In#ra�Crc��Eure on an on•�all hzsls. Work an �nds�+�du�il I��c��ilnns will b� at,El�crrra:d �y wnrk ar�r�rs, 'th�r r.as1 a�
ear�� vucsrk fl�c�er uwll lse Lrr�se+J oax litie un:t �Srices �Id by Ihe �onkra�tn� fnr �he wnrk +khrn_� �n ih�} s5�llr�lailnn, f�� +n�xGmurrr cuma�la�ov� �oxic�un� �i ail
work ur��srs for Ihi� canrrack w�ll qe �2,�J{]Si.C�Q�,�]A
The bi�i amounts cltacf �n t�� sali�ilal�on w�re bas�rti on I�yp�th�l+ca� €�uarit�t�os f❑� the p�,rpo�e of �s�bl�sfrlrr�} unkt pNces ft�r eacF+ wark Iterrr,
�ayment i�r ea�Fr work orde� w�11 he rrrade t��se�! ��� actu�l ttfeas�recl quarf�l[;es ai Il�ose �i�d prlc,es, �i�n�€ing +�+III I�e �+r�rifr:d Ir�cflvkr.ltral�y fnr e�t�,h
wr�rk arder �ri��r ta ISs �x�tulsu�7,
Thas pr�ec�t was�2d+��rtrse�d m#h�+ ��orf �r�� ����r- �'r:fe�r�r�rr� an f�prii ��, ��2� and Ap�il 2B, 2��. �n ��y 19, �02� ��te k�i€J w�s ro�es�+od, rire
tem, of the c�ntr��i w+ll b� un�,l uvark Gs enmpEet�d, f��rds �r� �x�erraed, or ilr� expiratlrsn offiue-years, whicnev�+r o�eurs �rs�,
'fh� cant�a�1 may �e r�r�ewed up t� twa �Int�s under �na s.arri� �errns. c:nn�i�kor�s ar�� �ni� prices. a! �he Clt}�s dlsc�kip�r,
B3ddcrs Arno�nk
U��or�dy Coritra�fors. lnc, �19 ,�E�,75�,�4
F�rp�a�t Cost d�sctl�rtlon
C015if&L;EC�fS, �f1G,
��7�4�u�iipn hhan�gerr�eni
Enspectivn h�laEerlall"�sl�ng
�tal Project �urt�et
A1riGil►lk
�� ��QQ � �{�Q
��8�,�00
��.zsz,ao0
Thes� ��cqeoks wiil hav� �q Irnpa�:k On Che sponsanrt� departrnea3l's Qperalians B�dge!
Fkxn�Fng �s E�udgat�d in kha �]r��nage Irnpravement PraJe�ts pr��ranrratal�l� �rojer�. w�tt�ln 1he 51orm�ainf Capilal Proj�r,ts F��n�i �ar th� �rurp�aso aC
fund�ng wai�ous taek fl�d�r ptoJecEs, �s sp�rropr��[ed.
�uslness E�wty - U1k.rorJy ��rf�far:5ors, �roc. Is ir� cor�tip�lae�r,,g wGih th� City's �4Gsi�ness �qu�ry �)rdanane� by �a+nmaaiing tr� 14_[�U°�, Busine�s �quiEy
�ar1�cF�rali�n � it��.s proae�,l. Thg C:�ky'� �7u��R�s� Cq�jiky r�e�l �n 11�f9 �Y��ecj I� 1�°�O
The profeoEs aFe Ic�r,atod In ALL C�iU�{:fL of�TRIC 1��
�IS�A�. IN��F�MATI.Qh1.J ��RTI�l�TJ��;
e J�p �if�crar �f Finfince �v:�tifi�:5 �n�f lk�nd� �te d++�II��IF i� Ihe curF�;n1 ea�tiiEal bur��ek, �s pfawios�sly apprnpria�ed, IJ� 1I1£� �jOffj74r%���'f �s�J}71���
�eajee€s I� u�� for Iha �r�ln�g� �rr�pro�+�m�nls Aro�ects pi�rgrdrnn�di,�� pao��c! tn su�p�a�l tl7e appr�vak ai kt�e atio�e r�+�am�z,�nda�Gan ar�d exec�t4�n
{}F �I1$ CLlf1�1'�kCt Prlor !o arfy expendiluEe bein� irGc��eed, IF�a Trsr�s{�ortatio� & P�Gblic Warks 17e�anment has �hv r�sp0��sibil�Cy Ro +�xlidate kh�
a�r�iiabilliy �f �ui�ds
�.i�lmli�l.d�..��a�d�l�a�s�r`��b�r.F i�ana�urg�3�FotC k�o1s
rrg{nazlitg �usi,�s l�nit k�ad= Willlarn .F4}hr���n 7�3�� 1
,AdditEartal���f�rmai�onCunEaC#� LuodaYr,ung ��8�
�
� ,-, ■
■
�� �r ��
- � ti -� - - y-
� T
i � i��i ��
� � � — ti �
�'
�
7
F
— ■
ti � I —
�j J —
1 �
— 1 � — � 1 �
0
� �� �
� 1 �
��
� 1 w 11�1 T� — — 1 � I
I � 1 — —
F
� 1 J 1 �
_ 1 I ' �
�� �
I ,
I
�ITY �F F�Ri lf'����'b
i�RIV���RiAil�� � �L���.I� ��RF�S C}EP��iIVI�Rli
STC)�NYIdVAi�R �ANi���i�ENi �IVI���R�
�4���N��li�dY R��. 'i
io the Specifica�iar�s and Cantract Qocumenfis �ar
CliYll!{iD� STOR�fi ��AIfV IAIYPROVENiENiS
�ifiy F'roject No.100Q9�
Addendum Na. 1 Issued: May `i 1, 2022
Bid �pening Date; May 19, 2Q22
This addendum forms part of the Specificafions and Contract Documents for t�e above
referenced Project and modifies the original 5pecifications and Contract Documents,
Bidder shall acknawledge receipt of this addendum in the space provided below and
acknowledge receipt on the outer envelope afi yaur bid. Failure to acknowledge receipt of
this addendum cvuld subject the bidder to disqualificatian.
Th� specificatians and con�ract dacuments far CITYWIDE STORM DRAIN IMPROVEMENTS
are hereby revised by Addendum Na. 1 as follows;
ihe Pro�ect Manual is revised as follows:
9. S�C�"ION 00 49 aa — BID FORM: 4.1 71rne of Corr�pletion - In line 4.1
Changed the number of days for the work to be eompleted firam 365 to 730.
2, S�CiION 00 42 43 — PROPOSA� �ORiVY: Removed Bid Item � 32 � 3305.0106
Miscellaneous Structure Adjusfinent.
3. S�C�ION 00 4� 43 � PROP�SAL rORi�ll: Changed the quantify of Bid item
137 Concrete Encasement for Utility Pipes from 100 CY to 10 CY.
4. S�CTI�N 40 4� 43 � PROPOSAL FORiVI; Split Bid Iterns 142--146 into short
& Iong services, �42A — 9468,
5. 5�C7°IQN 00 �� 43-�l�!(�R��M�N� rORNY:
Article 4. Contract Time 4.1 Final Accep#ance. Changed the number af days for
tha work to be campleted from 365 ta 730.
This Addendum Na. 1, forms part of the Specifications & Contract Documents forthe abo�e
referenced praject and modifies the ariginal Project Manual & Contracf �ocuments of thesame.
a-1 ADp�NDUM 1
CITYWIDE STORM DRAIN IMPRQVEMENTS
GITY PRbJECT Na, 1b0092
Ack��wl�dgo your r�cc�lpt a4�4dd�ndum Rio. � by cam�iet�ng the requ�ske� infarm�Eian �t th�
fallowing locatio�s:
(�� I►� tl�� sp�c.� pt�Vi�l�d i11 ��clir�ri 40 �� �9. E�'� F�rm. ��g� � of 3
(�) In�i��t� in �pp�r cas� letc�r� c� �i�� c��,t�►�� af yn��r re�!�� ��d an►re��ue-
����c€r��� �a��n+aw�.������a��rov�,vo. ��
(nciude a�Ign�d co�ay �f A�d�ndum No. � tn t�i� gg��� t�!� ��,����p �r tr�s r�►�� ar �ac�se�+�m��t�C.
�ailure ta acknQvy+l�dga receipt ofAdd�ndum N�. 9 he#aw �n�ald ca�,ya #ha �unpect �fc�d�r�n h�
cansidered "h1C�l�RE��ON�IV�"� resuiting it�dlsquali�icativn,
f��C�ll'7 AGKN�Wb����17
�_`�:,�; ' . " . _ ' �
� ��
C n: ��—
Wllliam Nt. Johnsun, ���
Direct�r, l'ransp�rrtation 8, Pu�f�� UU�rlc�
� f/{/
�- — ---
Mlch��l Ywae�l� u�n, PE. ProJe�K M�r�a�}er
A-�
ApD�NDUMi
GITYUVIQE STORM aRAll11 IMPf�01l�MEfVTS
CI'fY PROJECT NO. '1�0092
00 11 13
[NVITATION Td BIRDERS
Page 1 of2
SECTION 0011 13
INVITATION TD BIDDERS
RECEIPT OF BIDS
Sealed bids fa�• the constt'uction of CITYWIDE STORM DRAZN IMPROVEMENTS Cit
Ptoject No. 100092 ("Project") will be i•eceived by the Ci .ty of �'ort Warth Purchasing Office until
I:30 P.M. CST, Thursday, May 19, 2022, as fiu�ther clescribed 6elow:
City qf �'oa�t WorCh
Pu�•ek�asing Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by; US Mai1, Courier, FedEx or har�d delivery at the atldress above;
Bids will be apened publicly and read alouc{ at 2:0� PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The r�ajor work wi1l con�ist of the (approximate) following: The r�ajor worlc will consist of the
(approximate) following; Exter�sion, replacements andbr iumpX•avements to existing storm
water systems and other pert�lnent eonstruction required to provide a more effective
drainage system ta neighborhoods wi#hi�u the City Iimits of Fort Warth. Work for this
cantraci will be provided through WORK ORDER TASK�, based on the availability oi
funds and in coardination with the successful Bidder's schedule.
OPTION TO RENEW
The �ity will issve this contract fo�• an initial 2-year tertn and amount oi NOT TO
EXC�ED Two 1Vlillion DoIlars {$2,400,000.�0), with the option t+o offer a renewal af this
coniract for up to two 2-year termsle�cpenditures of NOT TO EXCEED Two Million Do[iars
($2,OOO,Q00.00) under the same terms and conditko�ts.
PREQUALIFICA�"�ON
Cei�tain improvements inclue#ett in this project must be per�forined by a contractor ar designatad
subcant�•actor who is pre-qualified by the City at the tima of bid opening. The procedures far
qualification and pre-qualificatian ar� outlined in the Section 3 of Ob 21 13 -- INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXANIINATION AND PROCUREMENTS
The Bidding and Contrac� Docum�nts may be exatnined o�' abtained on-line by visitir►g the City
of Fart Wot�th's Ptircl�►asinp; Division website at httpJ/www.fortwo� ihtex��.guY�purchasiq�/ aqd
clicking on the iink to the ad�ertised project falde�•s on the City's electronic document
management and collaboration systam site. The Contract Documents may be downloaded,
viewed, and printed by interested contractors ar�dlor suppliers.
EITY OF FOl2T W012TH C[TYWIDE STORM DKAIN IMPRQVEM�.NTS
STANDARD CONST[tUCTION SPECIFICA"I'IOI�i OOCUMENT CITY PR07ECTN0. 1D0092
Revised 7/19/2621
OO l l l3
INVITATION TO I3I]]DERS
Page 2 of 2
EXPRESSION OF INTERSEST
To ansut•e pat�ntial bidders are kept up to date of any nevv information pei�ir�ent to this project, all
interested parties are req[�ested to email Exprassions af Interest in this pracurement to the City
Project Manager and the Design Sngineer. The email should includ� the company's narne,.
�ontact person and that indi�idual's email ac�dress and phone nutnl�er. All Addenda wiil be
dis�•i�uied direct{y to those who have expressed an intei•est in tlae procurement and will alsa be
posted in the City of Fort War�h's pui-chasing website at h�tp:l/fortwor�htexas.gov/putchasing!
PREBID CON�'ERENCE — In-person and Web Conferen�ce
A prehid canference wiI1 be held as discussed in Section 00 2 i 13 - INSTRUCTIDNS TO
SIDDERS at the fo�lowing date, and time, as w�ll as simultaneously via a web eo�tferencing
applica tian:
DATE: May 3, 20�2
TIME: 2:OOpm
Invitations with Iinks to the web conferencing application wili he distributed directly to those
who have submitted an Expression af Interest.
Tf a prebid conference is held, the presentation and any questions artd ainswers provided at th�
prebid conference will be issued as an Adde�durn to the call f�r bids. If a prebid conference is nat
being he1d, prospective bidders ean e-mail questipns or comments in acenrdance with �ection 6
of #he Instructions ta B�dders referenced above to the project manager(s� at t�e e-mail addresses
listed 6elow. Emailed questions vvill suffice as "ques#ions in writing." If necessaty, Addenda will
be issued pursuant to the Instruetions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City raserves the �•ight to waive ir�egularities and to accept ar reject any or all bids,
AWARD
City will award a contract to the �idder presenting the lowest price, qualiiica�ions and
competencies eansiciered.
INQUXRIES
All inquiries r•elative ta khis procurement should be addressed to the following:
Attn: Michael Wellbaum, City ofFort Worth
Email: michael.wellbaum a7fortwor�hte�as.gav
1'Iaane: 8l 7-392-7343
AND/OR
Attn: Daniel Frankiin, Baird, Hampton & Brown
Email: dfi•anklin@bhbinc.cam
Phone; 682-207-3164
ADVERTISEMENT DATES
Aprii 21, 2022
April �8, 2022
END OF SECTXON
CI1'Y OF FOR'I' WaRTH CITYWID� 5'I'ORM DRAIN IMPROVEMENTS
STANDARDCONSTRIJC'PION SPECT�'iCAT10N DOCUMENT C1TY PROJECTNb. 100092
Re�ised 7/19/2021
aaz� is
[NSTRUCTiONS TD BIDDERS
Page 1 of 10
SECTION 00 21 13
INSTRUCTIONS TQ BIDDERS
1. Defined Ternts
I.1. Capitalized terms used in these INS'I'RUCTIONS TO BIDDERS are defined in Sectian
00 72 00 - GENERAL CDNDITIONS,
I.2. Certain additlonal terms used in these INSTRUCTIONS TO BIDDERS have the
ineanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Biddez': Any person, firm, partnet�ship, company, association, or corparatiar► acting
d'u'ectly tl�u•�ugh a duly authorized representative, subrrtit�ing a bid far performing
the worl� contemplated under the Contract Doeuments.
1.2.2. Nonresident Bidder; An}� person, firm, partnership, compariy, associatian, or
corporation acting directly through a duly authorized repa•esentatit�e, submitting a
bid far performing the work cantemplated under the Contract Docutnents whose
principal place af business is not in the State of T�xas.
1.23. Successiul Bidder: The lowest rasponsible and responsive Bidder to whom City
(on the basis �f City's evaluatior� as hereinafter pro�ided) makes an award.
2. Copie,s of Bidding Docnments
2.1. Neither City nor Engineer shall assurr►e any responsibility for errors or misinterpretations
resulting fram the Bidders us� of incomplete sets of Biddin� Documents.
2.2. City and E�lginee�- in making copies of Biddin� Documents available do sa only for the
purpose of abtaining Bids for the Warlc and do not authorize or confez� a license o�• grant
%r any athar use.
3. Prequali�cptinn of Bidders (Prime Contractors and Subeontractars)
3.1. Biddars or their designated subcontractors a�•e requi�•ed ta be prequalified for t�e wark
types requiring prequali�catiqn �s per Sections 00 45 I 1 BIDDERS
PREQUALIFTCATIONS and 00 4S 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualifcation, must submit the docnmentation identified in Section 00 �-5 11
on Section 00 45 13 1'REQUALIFICATION APPLICATION at least seven (7)
calendar days priar to Sid opening for re�iew and, if qualified, acceptance. The
subcontractors Iisted by a Bidder on 00 45 12 must b� prec�ualified for the apprnpriate
worl� types. Subcontractars must follow the same timelines as Bidders for obfaining
prequalifieation re�iew. Bidders oc' Subcont�•actors who ar� not prequalified at the time
bids are opened and re�iewed may cause the bid to be t�ejectad.
Prequalification requirement work types and dacumentation are available by accessing all
required f les through tlae City's website at:
htt s:lla s.fortworthtexas. ov/Pro'ectResources/
CITY QF PORT WOR`1"H C[TYWIDE STQRM DRA1N IMI'ROVEMENTS
STAI�IDARD CONSTRUCTION SPEC[PI(;ATION DOCCIMENT CITY PROJECTNO, 1flOQ92
Revised/LJ}�dated Na�ember 2, 2Q21
00 21 13
Il�lSTRUCTIONS Tp BTDDERS
Page 2 of lU
3.1.1, Paving—Requirements docurt�ent located at:
j'1iCD5:iiapps.forh , n;rtht�xas.�:ovlProje�tl�E�ouraes/ResourcesP/02%20-
%o20C.onstruction%20DacumentslContraotor%2QPre uali�cationlTPW%20Pavin
%20Contractor%20Pre ualification%20Pro amIPRE UALIFICATION%20RE .
UIREMENTS%20FOR%20PA VING�/o20GONTRACTORS._pdf
3.1.2. Roadvvay and Pedestrian I.igl3ting — Requirements docutr�ent located at:
h+�s:ilan�s for�worth���sas ��vlPr�jectR�sourccsiRcsourcesP10�4/434_
%2bConstrnction°/n20DacumentslCon ctor%20Fre U�li�tCatiorilTPVlf %2QRuadtira;
�%20and°lo20Pedestt'1�t1%2pLi tin /o2QPre ualifi�ation°/a24Pro am/STREET%
yOLIGHT%o201'REQLTAL%20REOMNTS^�
3.1.3. Water and Sani�ary S�wer — Requirements document located at:
h�t s:��anqs fortworthiexas.Qov/PrJeetResourceslResourcesP/02%20-
%20Construction%20Dacuments/Cantractor%ZOPre t�alificationlWater%20and%2
aSani °fo205ewer%20Contractor%20Pre ualiflcation°/n20Pro am/WSS%20 re
aual%20rec�uiremen�s.pdf
3..2. Each Biddee, unless cucrently prequalified, must subt�it to City at least seven (9)
calendar da�*s prior to Bid opening, the documer�tation iclentified in 5ection 00 4S 11,
BIDDERS PREQUALIFICATIONS.
3.2. I.Submission of andlor questions related to prequalification shnujd be add�'essed to
t�ie City cantact as provided in Paragraph 6.1.
3.3. The City t�esecves the right ta requi�•e any pre-qualified cont�•actor who is the appa��ent low
bidder far a project ta subrait such additional info�mation as the City, in its sole
discretion may require, including but not limited to inanpawer and equipment �'ecords,
informatian abaut key personnel to be assigned to the project, and conatruction schedule
to assist the City in evaluating and assessing the ability of the apparenfi low bidder ta
�leliver a quality product ancf successfu�ly complete projects for the amount bid within
the stipulated time fi'ame. Based upon tne City�'s assessment of the submitted
informatiQn, a reconirnendation regarding the award of a contract will be made to the
City Council. Failure to subtnit the additional infoi�nation, if requested, may 6e graunds
for �'ejecting the apparent low bidder as non-responsi�e. Affected c�ntractors will be
notified in writing of a recommendation to the City Council.
3.4. In acidition ta prequalificatian, additional requi�•emen.ts for qualiiication may be required
v�ithin various secfions af #he "Contract Documents.
C1T'Y OF FO[iT WOR'�H CITYWII]E STORM DRAIN II�iPROV�MENTS
STANT7ARD COIVSTRUCTION SPECI�'1CA7`ION DOCUM.ENT C17'Y PR03ECT NO. 100092
RevisedlUpdated Novem6er 2, 2021
oQzt «
IN5T'ItUCTIONS TO DIDDERS
3.5. Special qualificatians required for this pi�oject inclLide the follawing:
Page 3 of lfl
�"he Time af Completion of each individual Work Order TAslc is an essentixl element of ihis
contract. Each Wark Order Task issued wiIl have the maximum xllowed number of calendar
days allowed for the completion of tltat speci�e Wn�•k Orde�• Task. Single m• several vvorlf
order tasks may be issued at one tzme. The contracto�� shall initiate woz�l� within seven ('n
working days of the date the work order is issu�d to the Contractor, and cantinue on the
Work Order T�slc untii it has been campleted, not iRcl�ding pa�ing. The Contractor shall
furnish and sugply suf�cient �quipment anc3 gersonnel to complete the Wot•k Orc�er Task in
the amount af time provided for the Work Qrder Task. Should the Cont�•actor fail fo sta��t
any Work Order Task wiihin the time speci�ed, he shall add the necessary worlc crews and
eqnipment to prosecuie the work to compleYe tl�e Warlt Ordey� Task{s) in the time pro�ided
therefore. Sh�oUld tlie Contractar fa'tl to camplete the individual �ork Or•det• Task in tl�e
�iven amaunt of calendar dAys as specitied on each indi�idu�Y wark order task, liqu➢dated
damage charges wiIl be snbtracted irom fhe �nal pAy estimate of that particular Work
Order Task. The esYimated amount for each� particular Work Order TasIc will Ue used far
determ'rning the amoUnt of damages charged per calenda�• day of the time exceeding tl�e
speei�ed amount.
4. Examinafion of Bidding and Confraet Docurrtents, Ot�er Related Data, and Site
4.1.Before submit�ing a Bid, each Bidder;
4.l .1. �ha[1 examine and ca��efully study the Contract Documents and other t•elated data
identified in the Bidding Documenis (including "technica! data" refet•red to in
Paragraph 4.2. be[ow). No in%rmation given by City or any representati�e of fhe
City other than that contained in the Cantract Documents and officially
promulgated addenda thereto, sha�l be binding upon the City.
4.1.2. Should �isit the site to become familiar witl� and satisfy Bidder as to th� general,
local and site conditioi7s that may affecf cost, progress, performance or fu�•nishing
of fhe Work.
4.I.3. Sha11 considez� federal, state and local Laws and Regulations that xnay affect cost,
pragre�s, per�'armance or furnislli�tg of the Worlc.
4.1.4. OMITTED
4.1.5. Shall study ail: (i) repoits of �xplaratians and tests of subsurface conditions at or
cantiguous to the Site and all drawings of physical conditions �'elating ta existiui�
st.u�face or su6surface structuras at the Site (exc�pt Undergraund Facilities) that
have been identifed in ihe Contract Documents as c�ntainia�g �•eliable "technical
data" and (ii) reports and drawin�s of Hazardous Environn�ental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
CITY OF FOI2T WORTH CiT}'WIDE STORM DRAIN I11rIPROVEMENTS
STANDAItD CONSTRUC7`ION SPECfFICATIpN ladCUNiENT CITY PRQJL.CTNO. l00092
Revised/Updated November 2, 2021
QO 2l l3
1NSTRUCTIOTlS TO 6IDBEE2S
Page 4 of l0
4.1.6. Is advised that the Cont�act Documents on fije with the City sha11 constitute all of
the informaiion which the City wiil f�rnish. All additional �nfocmation and data
which the City will supply after promulgation of the forrr�al Contt•act Docurnents
shall be issued ir� the fo��m of w��itten acidenda and shall become part of the Conti�act
Documents just as though such addenda were actually written into the original
Contract Dncuments. No information given by the City other than that cant.ained in
the Contract Docu�nents and officially promulgated adden�a thereto, shall be
6inding upon the City.
4,1,7. Should perfocm independent research, in�estigations, tests, horings, and such other
means as may be necessary to gain a complete knowledge of the canditions which
will be encauntered dtuing the constructian aithe project. �'or projeets v�ith
restricted aecess, upon �•equest, City may provide each Bidder access to t11e site to
conduct such examinati�ns, investigations, explorations, tests and studies as eaeh
Bidder deems necessary for submission af a Bid. Bidder must fili all holes and
clean up and restore the site ta its former conditions upan completion of such
explorations, inves#igations, fests and stt�d�es.
�4.1.$. Shall determine ihe difficulties ofthe Work and all attending aircumstances
affecting the cost oi doing the Work, time rec�uired ftir it� co�npletion, and abtain all
infarmation required to make a prop�sal. Bidders sha1S rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other cfata
which are necessary far fi�ll and complete information upon which tlie pr.opos�l is
to b� based. It is understood that the submission of a proposal or bid is pj�ima-facie
e�vidence that the Bidder has macEe the investigations, exan�inations and tests nerein
cequired.
4.1.9. Sha11 p�•ompt�y nqtify City of ali conflicts, enors, ambiguities ar discrepancies in or
between the Contract Dacuments and such othar related documents. The Contractor
shall not take aduantage of any gross error or omission in the Contract Documents,
anci the City shall be permitted to tnake such coz'rections or interpr�tations as may
be deemed necessary for fujfillment of the intent of the Contract Documents.
4.2. Reference is rnade to Section 00 73 40 — Supplementary Conditions for identification of:
�.2.1. those repoi�ts of explorations and tests af subs�jrface canditions at ar eontiguous to
the site which have been utilized by City in prepa.ration of th� Contracf Dacuments.
The logs of Soil Borings, if any, an t�ie plans are for generaI infarmation only.
Neither the City nar tY�e Engineer guarantee that the data slaovvn is representative of
canditions which actually exist.
A.2.2, those drawings of physical conditions in �rr relating io existing surface and
subsurface structut'es (except Underground Facijities) which are at or contiguous to
th� site that ha�e b�en utilized by City in preparation of the Cantract Doeuments.
C1TY OF FORT WQRTH Ci'fYWIDE STdRM DRAIN Rvlf'R�VEMENT3
STANDARD CQAl5T12UCTIO�Y SPEC�ICATION DOCUMENT CI'I'Y PR07ECT NO. 100092
RevisedlUpdated Novemher 2, 2D21
oozi �3
I�iSTRUCTIONS TO BIDDERS
Page 5 of [Q
4.2.3. copies of sueh reports and drawings will be znade available by City to any Bidder
on request. Those r�eports and drawings may not be part ofthe Contract
Documents, but the "technical data" contained therain upon which Biddea• is entitled
to rely as pravided in Paragraph 4.02. af the Genet�al Conditians has been identifiied
and established in Pa�•a�raph SC 4,02 of the Supplementary Conditions. Bidder is
r�sponsible for any interpretation ar conclusion drawn from any "teehnical data" or
any other data, interpretations, opinions ar information.
4.2.�}.5tandard insurar►ce requirements, coverages and limits.
4.3. �'he submissian of a Bid wi11 constituta an incontroverti6le representatian by Bide{er: (i)
that Bidder has camplie.d with every requirement af this Paragraph 4, (ii) that without
exception the Bid is pretxiised upon performing and furnishing the Work req�ired by the
Contract Documents aqd applyit3g the specific means, methods, techniques, sequenc�s or
pracedures of construction (if any) that may be shown or indicated or expressly required
b� the C.ontract Documents, (iii) that Bidder has given City writte�� notice of aII
conflicts, errors, ambiguities and discrepancies in the Contract Docurnents and iha
written resolutions thereof by City are aeceptable to Bidder, and when said conflicts,
etc., have n4t been resolved theough the interpretations by City as described in
Pai�agraph G., and {iv) thai the Contract Documents are generally suf�cient to indicate
and convey understanding ofall terms and conclitians far performing and furnishing the
Work.
4-.4. The pz•ovisions of this Paragraph 4, inclusive, do not apply to Asbestos, k'olychloriizated
E�iphenyls (PCBs), Peti•oleum, Hazardous Waste or Radioacti�e Material cavered by
Paragraph 4.06. nf the G.eneral Conditions, unless specifically identified in the Contract
Dt�cuments.
�. Ava.ilability of Lands inr Work, Et�.
5,1, The ]ands upon which the Worlc is to 6e performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in perfarn�ing the Wof•k
are identified in tl�e Cont�•act Docu�ne�tts. All additional lands and access th�reto
t'equired for temporaiy canst�uction facilities, constr�ction ec�uipinent or storage �f
txzaterials and equipm�r�t to be incorporated in the Worlc are to be obtained and paid iar
by Contractor. Easements for permanent structures or permanent changes in existir�g
faciliY[es are to be obtained and paid for by City unless othe��vise pro�ided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or per�mits to be acquired 6y �h� City are lisied
in Paragraph SC 4.01 of the Su�aplementa�y Conditions. In the event tha neeessary right-
of-way, easements, andlor permits ar� nat obtained, the City reserves the cight to cancel
the award of contract at any time before th.e Bidder begins any colistrucfion work on the
proj ect,
5.3. The Bidder shall be prepared to cammence construciion without all executed tight-of-
way, easements, and/or permits, and sha11 submit a schedule to the City of how
construction will proceed in the other areas of the project that c!o not require permits
andlor easements.
C1TY QP FOFL'I' WORTH CI'I'YWIDE STQRM DR11IN IMPROVEMEIVT�
STAI�iDARI] CONSTRUC't10N SPECl�'TCATION DQCl1NfENT CITY PRO.TECT NO, I00.092
Revised/C)pdated November 2, 202!
0421 13
INSTRUCTIONS TO'BIDDERS
Page 6 oF l0
6. Interpretataons and Addenda
6. 3. All questions about the meanin.g or intent of the Bidding Documents are to be dit•ected to
City �n writing an or before 2 p.m., the Monday priac to the Bid opening. Questior��
received afier this day may not be responded to. Intez'pretations or clarifications
considered necessary by City in ��esponse to such questions will be issued by Adcienda
delivered to all parties recorded t�y City as having �•eceived the Bi�iding Dacuments.
Only quesfions ans�raered by formal wiitten Addenda will be binding. Oral and other
inter��etations oj' clarifications wil� be without iegal effect.
Address questians to:
City of Foi�t Worth
200 �'exas Street
Fort Wortl�, TX 76102
Attn: Michael Wellbaum, TIPW Stormwat�r Division
�mail: michael.wellbaum@fortwo��ltte�as.gov
Phone: 817-392-7343
6.2. Addenda ma� a6so be issued to modify the Bidding Documents as de�raed advisable by
City.
6.3. Addenda or ciarifi�ations may be posted via the City's electronic document management
and coliaboration system at h��:I/docs.b360 hut�d�sk.com�sha�e�/dc910�#2b-594c-
4R94-9c74-02 I'1eb�44798.
6.4. A prebid conference may be hald at the tune and place indicated in the Advertisernent or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
T'raject. Bidders are encouraged io attend and participate in fhe conference. City will
transmit ta al� prospecti�e Bidders of record such Ac�denda as Cit3r considers necessaiy
in response ta c�uestiflns arising at the conference. Oral staterrien#s may not 6e relied
upon and wilf not be binding ar legafly effective.
'�. Sid Security
7.1. Each Bid naust be accompanied by a Bid Bond made payable to City in an amount of fiva
(5) percent of Bidder's maximu�n Bid price, on the fot�'n attached or equi�alent, issued
by a surety meeting the requirements of Paragraph 5.01 af the Generai Conditions.
7.2. The Bid Bonds pro�idec{ by a Bidder will be retained until the eonditions of the Notice of
Award have been satisfied. If the Successful Siddea• fails to execute and t•eturn the
Contract Documents within 14 days after the Notice ofAward con�eying same, City
may consider Bidder to be in default, rescind the Notice of Award and act an the Bid
Bond. S.uch action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
CjTY OF CORT WORTH CITYWIDE STOT2M DRAIiV IMPRdVEMENTS
5TANDARD CO1�I5TRUCT[ON 51'ECII'ICATl03v T70CUMENT CITY PAOJECi NO. 100a92
Rer+isedlUpdated 3Yavember 2, 2021
Q� 21 l3
1NSTRLlCTIbNS TQ BIDDER3
Page 7 of ! 0
S. Contract Times
The numbe3� of days witlun which, ox the ciates by which, Mi�estones �•e to be achieved in
accordance with the Genet•al Requirements and the Wox•k is ta be compl.eted and ready foa-
Final Acceptance is set forth in the Agreement or incorporated thei�ein by refei•ence to the
attaclaed Bid Foim.
9. Liquidated Damages
Provisions for lic�uidated damages are set foi�th in the Aga•eement.
10. Substitute apd "O�•-Equal" It�ms
The Cantract, if awa�'ded, wi11 be �n the basis of matet•ials and equipment desct•ibed in the
Bidding Documents without consideration of possible substitute or "or-equa]" items.
When�ver it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material ar equipinent m�y be fm•nished or us�d by Conteactor if acceptable ta
City, application fa�' such acceptance will not be considered by City until after the Effective
Date of the Agt�eement. The pracedure for subtnissian of any such application by Contractor
and consideration by City fs set forth in Pa�•agraphs 6.OSA., 6.QSB. and 6ASC, of the Generaa
Conditions and is supplemented in Section O I 2S Ofl of the General Requirements.
11. Subcantractars, Suppliers and Others
] 1.1. In accordance with the City's Business Equity Ordinance No.25 1 65-1 0-202 1 the City
has goals for the part�cipation of minarity busin�ss and/or women 6�siness
entexpf•ises in City contra�ts $100,000 or greater. See Section 00 45 40 for tlie
M/WBE Project Goals and additional rec�uirements. Failut•e to comply shall rendet•
the Bidder as non-responsivc.
Business Equity Ordinauce No.2S 165-10-202I, as amended (repl3cing Ordinance
No. 24534-11-2020), codified at:
httNs:l/codelibra .amle al.com/code�li�wort��/latest/fttirorth tx/0-0-�-22593
1 1.2. Na Conh-actor shall be required ta emplqy any Subconi�•actor, Supplier, other person
or organization against whazn Cont►•actor or City has reasonable objection.
12. Bid �orm
12.1. 'The Bid Form is included with the Hidding Documenfs; additional copies may be
obtained from the City,
12.2. All blanks on the Bid Form inust be compleied and the Bid Form signed in ink,
Erasures pr alteraLions shall be initialed in ink by the person signing the Bid Form. A
Bid price shall be indicated fo�' each Bid item, alternative, and unit price item listed
tlierein. In tlle case of aptional alternatives, the wnrds "No Bid," "No Chartge," or
�"Not Applicabl�" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the worlc contemplated or f�rnish materials required. All entries shall
6e legibEe.
CITY OF FORT VUORTH CITXWIDE STORM DR�1,1N II�fPROVEMENTS
STANDARD CqNSTR[JCTION SPECIPICATipIV DOCUMENT ClTY PRdJ�C7' NO. 100092
Revised/Updateci IVovem6er 2, 2021
aa2� ts
INSTRUCTIONS TO BIDDERS
Page & of l0
I2.3. �ids by corporations shall be executed in the corpo��ate name 6y ihe president: or a
�ice-president or ather corporat� officer accompanied 6y evidence of authocity to
sign. The corporate seal shall be affixed. The corpo�'ate address and state of
incoiporation shalI be shown belaw the signature.
12.4. Bids by partnerships shall b� exeeuted in the partnership name and signed by a
pa�•tner, whose title �1�ust appea�• under the signature accompanied by evidence of
authority ta sign. The ofFicial address of the partnership shali be shown below th�
signature.
12.5. Bids by limited liability companies shall be executed in the narr�e of the firm by a
mernher and aceompanied by evidence of authority ta sign. The state of farmation of
tl�e fii�m and the ofiiciai address of the f rm shall be shown.
12.6. Bids by iasdividuals sha11 show the Bidde�''s name and off'icial address.
12.7. Bids by jpint ventures shall be executed by each jaint venture in the mann�r indicated
on the Bid Form. The afficiaf address of the. joint venture shall be shown.
12.8. All names shalL he iyped ot• �rinted in ink helow the signature.
12.9. The Bid shall contain an acknowledgemeni of receipt of all Addenda, the numhers o�
which shall be f Iled in on the Bid For•m.
12.10. Postal artd e-mail addresses and telephane number for communicatians regarding the
Bid shall be shown.
12.11. Evidence of autharity to condnct business as a Nonresident Bidder in the state of
Texas shall be grovided in accardance with Seciian 0� 43 37 — Vendor Campliance
to State Law Non Resident Sidder.
13. Su6mission af Bids
Bids shall be subrnitted on the presc�ibed Bid Form, pro�ided with the Bidding Docu�nents,
at the time and place indicat�d in the Adverkisament or INVITATION TO BIDDERS,
addressed to Purchasing Mana�ar of the City, and shall be enclosed in �i opaqua sealed
envelope, ma�'ked wit�� the City Project Nuttaber, Project title, the name and addt•ess of
Bidder, and accompanied by the Bjd security and other i•equir�d documents. If the Bid is sent
through the mail or Qther delivety system,. khe sealed envelape shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face af it.
14. Withdrawal of Bids
1�F. i. Bids addcessed to the Put•chasing Ma�ager and filed with ihe Purchasing Office may
be withdrawn prior ta tYte Lime set for bid operiing. A reqtxest for wi�drawal must be
macie m writing and deliv�red to the i'urchasing Office to receive a time stamp prio�•
to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within ane hour af bid apening, wi11 not be read aloud and will
thereafter be returned una�ened.
CITY OF FORT WORTH CITYDVI]aE STORM DRAIIV [MPRQVE�vIG]�f`T'S
S�ANDARD CONS'I'R[ICTIOIV SPECTFICATION DOCUMENT C1TY PRd.TECT NO. 1UR092
RevisedNpdated NovembeG� 2, 2021
a0 21 13
INSTRiJCT[ON5 TO BIDDER3
Page 9 of [0
14.2. In the event any Bid far which a withdc•awal request has been timely tiled has 6een
inad�ertently opened, said Bid and any record the�•eaf will subseyuently be marked
"Withdrawn" and wiil be given no furthe�• cansidef•ation %t• the award af contract.
15. Opening of Bids
Bids wil] he openec! and read aloud publicly. An abst�•act of the amaunis of tl�e base Bids aud
major alterr�ates (if any) will be made available to Siddet•s aflter the opening of Bids.
16. Bids ta Remain Subject to Acceptance
All Bids wi11 rema[n subject to accepfance for a minimum o� 90 days or the time pet•iod
speci�ed for Notie� of Award and e�ecution and delivery of ac complete Agreement by
Successf�l Bidder. Ci .ty may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluatio� af Sids and Avs�ard of Contract
17.1. City reserves the right to reject any o.r all Bic�s, including without limitation the rights
to cejaci any or alI nonconforming, nonresponsi�e, unbalaticed o�• conditional Bids
and to rej�ct the Bid of any Bidder if City believes that it wo�ld not be in the best
interest of tl�e Proje�t to make an award to that Bidd�r. City reserves the right to
waive infartnalities not invotving price, contract time ar chai�ges in the Worl� and
award a contract ta such Bidder. Discrepancies between th� mull:iplication of units of
Work and unit prices wiIl be resolved in fa�ar ofthe unit prices. Discrepancies
between the indicated sum of any coIurnn of figiu•es and the coz'rect sum thereaf will
be resolved in favor of the co�'rect sum. Discrepancies bet�veen words and figures
will Ue resolved in favor of th� words.
17. �.1. Any or• all bids will 6e rejected if City has t•eason to believe that collusion exists
among the Bidde�'s, Bidder is an intez'ested pai-ty to any ]itigation againsti City,
City or Bidder may have a elaim against the otiher or be engaged in litigation,
Bidder fs in arreacs on any exisfing contract or has defa�lted on a previous
cantract, Bidder has �aerfot'med a prio�• conteact in an unsatisfacfary mannec•, or
Bidder has uncompleled work which in the judgir�ent of the City will pre�ent ar
hinder th� prampt completion of additional work if awa�•ded.
17.2. In addition to Bidt�er's rele�ant prequalificatio�� ��equirements, City may co�lsider the
qualifcations and expet•ience ofSubcoi�t�•actors, Suppliers, and oihei• pe�•sans and
organizations proposed for those portions of the Work where the identity of such
Subcontracto��s, Suppliers, and other persons and organizations anust be suhmi#ted as
provided in the Contract Dacutnents or upon the request of the City. Ciry also may
consider the operating. cosis, rt�aintenance requirements, performance data and
guarantees af itnajor items of materials and equipment prdposed fo�� incorporation in
the Wark when such data is required ta be submltted prior to the Nolica of Award.
17.3, City may canduct such int�esiigations as City deems necessary to assist in the
evaluation of any Bid and to establish the �•esponsibility, qualifications, and financia]
ability of Bidders, proposed Subcontractors, S«ppliers and other persons and
organizatians to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction w�thin the prescri�ed time,
C1TY OP FOR'I' WORTH CITYWIDE STORM DI2AIN IME'RqVEMHNTS
STP.NDAItD CONSTRUCTIOiV SPECIFICAT"ION DOCUMENT Cl'I'Y PRO.TEC'C IVQ. 104092
RevisedliJpdated November 2, 2021
Q021 l3
INSTRUCTIpI�I5 TO BIDAEILS
Page 10 of I �
17.4. Contractoc shall perfarm with his own organization, wbrk of a value not I�ss l�an
35% of tl�e value embraced on the Contract, urtless otherwise appro�ed !�y the City.
I7.5. If the Contract is ta be awarded, it wiil he awarded to lowest responsible and
responsive Bidder whase evaluati.o.n by City indicates t17at the award will be in the
best interests of the City.
17.6. f'u�•suant to Texas Government Code Chapter 2252A01, the City �iil not awa��d
contt•act to a Nonresiden# Bidder unless the Nonresident Bidder's bid is lower than
the lowest 6id submitted by a responsible Texas Bidde�• by the sa�ne amount that a
Texas resident bidder wouid be required to undei�bid a Noncesident Bidder to obtain a
comparable contraet in the state in which the nanresident's principal place of
business is. lacated.
17.7. A contract is not awarded uniil formal City Co�ncil authoriza�ion. If the Contract is
to be awarded, City will award the Contract within 90 days at�er tne day of the Bid
opening unless extended in writing. No other act of Gity or others will constiiute
acceptance of a Bid. Upon the eontract award, a Notice of Award will be issued by
the Ci�y.
17.7.1.The contracior is required to fill out and si�n the Certificate of Interested
Parties Form 1�9� and t�e form mast be submitted fa the Pro,ject Manager
before the contra�t vvID be presented to the City Council. The form can be
obtained at httns•I/rvwvv.ethics.st�te.#a.usldatalfnrms13.295/129�.pdf
17.8. Failure ar refusal to compjy with the �'equirements may result in rejection af Bid.
1$. Signing of Agr�ement
15.1. When City issuEs a Notice of A�rard to the Successfu� Bidder, it will be accompanied
by the required number af unsi.gned counterparts of the Project Manual. �Vithin 14
days thereafter, Contractor shall sign and deli�er the required number of counterpaxts
of the i'roject Manual to City with the required �onds, Certificates of Insuraeiee, and
all o#her required documentaiipn.
18.2. City shall thereaf�er deli�ar one fully signeci counterpar� to Contractor.
19. Sales and Use Taxes
END OF SECTION
C�'IY OF FORT l7J�RTFi CITYWIDE STORM DItAIN m+IYKOVEM�NTS
STANDAItD CONSTRUCTION SPECI�ICATION DOCUMENT CITY PROIECT NO. 100092
Revisedl[Jpdated IVavember 2, 2021
00 35 � �
COl��LIC� Q� INrEl��wi' �r.AYEM�f@T
f��0l1,
������� Q� �� ��
�•��1FL1CT �F I�V-f����� �raT���N�
��cn bir#der, offeear ar respen►��*�I lo a�i#y af �a�rl'�Narth pro�uremer�t i� r�quir�d t� c�mpl�te �
�c�r�#I��k �f I;�fe�st Q4ies�ionn�lr� �r c:erkCfy tha� �ne is ���'e�t� �r�d �� �'il� wi�f� #h� City 5�cre#ary'�
�ff�c� pursu�n# la Y!ate lavu.
IF a� rAer„��r o� lhe Forl 1�:1�!�h rii� ���t1ai�, a�y ane or m�re �f 1;�e City M�nag�r nr Assist�nt
�ity Manag�r�, ar �n �g��l of #he �ity vut�a ex�rc:se d�acretion ir� th� �I�t�nirig, i'ec�mrrtel1�li►1g.
sel�clf�g �� �on#rac�i��g witM� a�idd��, c�ff�ror �r r€�+�p�rt�+ert is �ffili�teri with y�ur c�m�any, th�t�
a I��ca! ��verr7m���t �€ficer Conf4icts Discl�: �,�te ��atem�rit (Ci�} rrr��y ta� r��u�r�d
�ou �r� urg�cf to wonsult +�r�th caunsfl� ���af��r�g the a�plicaaility Qf thes� farms �nd La�el
�ave�nm�nt �c�ci� �h��ler 'I78 to }iour �ompany.
"��:e rYferenaed ¢n�ms ���y ba dawr�lo�d��f From the linkr �rc�vider� b�law.
F�rm �![,? ��ant�ic� al Int�r��� Cl�a�asfiar�na�ra� �st�re t;r us i
hk��r.f�+Mr�w ��..�x_u�d�Ca�t�r�ttd��r�il�c11�15 p�f
�
�
�
�
L�
L�"l.
�IC� �orm ���s nat ���IY
�IQ ��rr� ks orr ��I� wit�h �City Secretary
�IG? �orrr.r �s ��in� �r�vided te the �icy ��cretary
��� F�rr�� �i��s noi ap�lY
��� Fo1•m is on �if� wlth City Se�ret�ry
�i ���rm i� h�ing pravided to the C�ty a�cretary
�l����. Wo��y �ontr�ctors, lnc.
fi�0 �'ow�r �r
�i�nn�d�le, TX 7�069
E ;'D p� 5��1`l�l�
CITY bF �URT 4_�eC]RTH
STAIV�MO CCjhf67Fs'i.iCTiOh1.�^���C'i�IC�7iON �t]C;C1FA�eiVT3
Rrivieod r-�df�d�y x�, 2oxu
�3y: Trov Vlfo�dv � _
.F ^^'
/�
IJ'~ / ���`
���f1�tUfE' � j
�
�JtEe: Presidenl
c„�w�o�E STO�M aRAEN IMPi�c�V�M�N�S
ci�v ��o���r r�o, �aoo��
UO 41 40
BIQ FORM
Page 1 af 3
S�CT10N 00 41 00
B!D FORM
TO: �fhe Purchasing Manager
clo; The Furchasing Division
204 7exas Street
City ofi Fart Worth, Texas 761 Q2
FOR:
City Project lVo.:
UnitslSections:
CITYWIDE STORM L�RAIN IMPRDVEMENTS
100092
i�lA
1. �nter Into Agreement
The undersigned Bidder proposes and agre�:s, if this Bid is accepted, to enter into an Agreement with City in the form
included in the 6idding Documents to perForm and furnish all Wark as specified or indicated in the Contract �ocuments
for the Bid Price and within the Contract Tirr�e 9ndicated in this Bid and in accordance with #he other terms and canditions
of the Cantract Docum�nts.
2. BIDDER Acknowiedgements and G�rtification
2.1. {n su6mikting this Bid, Bidder accepts all of th� terms and conditions of the INVIiATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without fimitation those dealing with the disposiiion of B9d Bond.
2.2. Bidder is aware of aIV costs to provide the required insurance, wih do so pending contract award, and will
provide a valid insurance eertifcate meeting all requirements within 14 days of notificatian of award.
2.3. Bidder certif�es that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in canformity with any collusi�e agreement or rules of any group,
association, organizafion, or corporatian.
2.4. Bidder has not directly or indirectly induced or solicited any ather Bidder ta submit a false or sham Bid.
2.5. Bidder has not salicited or ind�ced any individual or entity to refrain from bidding.
2.6. Bidder has not engag�d in corrupi, frawdulent, collusive, or cQerci�e practices in compefing for the Contrack.
For the purpases of this Paragraph:
a. "co�rupt praciice" means the affering, giving, receiving, or soliciting of any thing of value likely to
influence the ackion of a public official in the bidding pracess.
b. "fraudulent pracfice" means an intentional misrepresentation of facts made (aj to influence the
bidding process to fhe detriment of City (b) to establish @id prices ai artificial non-competitive
le�els, or (c) to depri�e City of fhe benefits af free and opan competition.
c. "callusive pracfice" mea�s a scheme or arrangement between two or more Bidders, wi�h ar
withaut the knowledge of City, a purpose of which is to estahlish Bid }�rices at artificial, non-
campetiti�e le�eis.
CITY OF FORT WORTH CITYWIDE STORM �RAIN 1MPROV�MENTS
STANDAFiD COIVSTRUCTION S?�CIFIGATIOIV �OCIJMENTS CITY PROJECT NO. 100092
Rewised 913012021
OQ 41 00
BI� FORM
Page 2 a( 3
d.. "coerci�e practice" rneans harming or threafening ta harm, directly or indirectly, per�pns or their
property io influence their participation in the bfdding process or affecf t�e execution of the
Contract.
3, Prequafificatian
The Bidder acknowledges that the foElpwing work types must be perFormed only by prequalified contractors and
subcontractors:
a. Sewer Impro�ements (San�tary & S#ormwaier)
b, Waier Improvem�nts (Potable)
c. Asphalt Paving Cans#ruction/i�econstruction (L.ess than 10,OD0 S1�
d. Concrete Pa�ing ConstructionlReconstruction (Less than 10,000 SY)
e. N/A
f. NIA
g. !V!A
h. N/A
4. Time af Completion
4.1. 7he Work will b� cornplete for Fina� Aeceptance within 730 days after the date when the
the Contract Time cammences fo run as pra�ided in �'aragraph 2,D3 of the General Conditions.
4.2, Bidder accepts the prq�isions af the Agreement as to liquidated damages in the event of failure to complete
the Work {and/4r achievement of Milestones} within the fimes speci�ed in the Agreement.
5. Attachea to this Bid
The following documents are attachad to and made a part of this �id;
a. This Bid Forrrt, Section OQ �41 00
b. Required Bid Bond, Section 00 �43 13 issuec! by a surefy meefing the requirernents of Paragraph
5A1 of the Gen�ral Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance ta State Law Non {2esident Bidder, Section QO 43 37
e. MWBE Forms (o�tional at time ofi bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict af fnterest Afficlavit, Secfion 00 35 13
*If necessary, CIQ or C!S forms are to be pravided directly fo City Secrefary
h. Any additional documents that may be required by Secfion 12 of the fnstrucfions to Bidders
CiTY OF FqRT WORTN CITYWI�E STQRM bRAW IMPROVEMENTS
STAN�ARO CO�fSTRUGTION SPECIFICATION �qCUMENTS CIN PROJECT NC}. 104092
Revised 51 3 012 421
Od 41 04
BIO FORIN
pa�e 3 of 3
6. �'otal �id AmQ�nt
G,'�, i'4irirler Wlll C.Omoit�tt� �;?V 'Wnrk V�l H^r_.nrc3�nc:r� wltll Eh,�. i.�.�!lti�� p'�r��m€n�#S f;�r i�:e fcsll�:"•�Fng bEcl ��rr.;:.�n�, �n
�ha spac� pr4v�ded �e!v:u: �!�ase o:vt�r I�he k�+.b1 hld �mnunl T4r titils prpJ[�Ct, �nty lhls flgurd wNi ���a retiw
pu1Ji�GfY Ny �fl� ��:� :,a►lhg �,i}r,j �JP0CYI11��
6,2. It is understaod ann �gr�ed ��+ tt�e �t�;te� iry siqnir7g klris �r�rn�p� that tl,a <<Qta€ �I� ��ount �nt�red ��tow lx
subject to verification a::d?wr:��dificalion by� ,�i�►111i}I��nc� ��he u::Ir �?!�'Ar�C65 f�r 9�1CI1 �i�� l;��PYF i3�+ 4118 fBenwrii��
�slinte�l�d quanlilies shown Vn fi1;;s Mri �nn4a1 �nd k!5��y 1�tsxlittr� �i;l �f !he �xt�nded amounts,
Tatai Bid
7. �Id su�r�it�sl
$ ��, ��� f ��p, ��
ihls �[d Is submlit�d on M�y 9 9, 2Q2� �v the �ntlty named belaw,
Res�ecttully subrr�tgd, ,
�, - �.-
F�Y�.�.� f `" .�� � I�'grk�l $1
� �'rS�V 1NaOt�y
-- (P;inte� hw;:ie}
Title; ��ci��*!1X
Cofl7pally; VVb4d�1 �nnfrar:tnr�� �inC,
Addr�ss; ��0 ToW��' �x
K�nneda6�, TX 7����J
sta#e of Incorpor�llon: ��xaS
�r►a«, �+��dy�0�0 a�aal.�am
phone: 817-��3-�757
�N� QF ��G�IC)4�
Is
lva, 1 •
Na, ��_ �_.......---
No, ;�; . ��� �
Na:4� i
�._.._........__...._._ _
Initial � �
Corporate Seal:
CITY 4F ��Rvwo�7M CI7YWIOE 570RM �7�2AI�i IM�ROVEM�NTS
BTANbAR� 04NSTRUCiIQN SP�CIFd'u' :'[:^^! �nr_.itnnFNTs CITY PI�0,7�CT NQ. 100052
Rev�sed �i3aznxl
0o az a�
pRarnsN. �o[�s ur�1T r•n[cc
Page I at 4
PROP05AL FbRiVI
U��� �R��� ���
S�CTI�N QO 42 43
�idder'� �ppli�a�i�n
Yroject Item Inforroation Bidde�s Proposal
Sidlist 5peciFcation Un'it of Bid
]tem No. DaseripYian Sectio�i No. i�heasure Quantity Unit Priee Bid Value
1 0170.0102 Work Order Mobilization (M{sc Only} 0170 DO �R 15 $14,d00.D0 $210,OQb.�4
2 �170.0703 Work Order Emergency Mob€IEzation (Misc Qnly) 0170 QO EA 3 $15,000.00 $45,D04.00
3 9999,qp01 Traffic Permlt for UCility Cut 0155 26 EA ifl $100,Op $7.,0�O.OU
9999,Op42 ProJecY Designatian Sign (une Ytme make, but used at eacM
4 p15813 EA 2 $1,0OO.OD
work task locationj $5U0,00
5 4999,0063 Temparary Fence and Posts {b' chaln linkJ 32 317.3 LF 5Q $35.Od 1,750,Od
G 0291.0100 Remove5idewalk 029113 SF 3000 $��d4 &,�0�.00
7 02a1.0300 Remove ADA Ramp 02 A1 �3 EA 6 $700.00 $4,zoa.00
8 0241:U4�1 Remove Cancrete �rive p24i13 SF 50Q0 $2•Ofl .$14,600,D0
9 024T.04p2 fiemove Asphalt briv� 02 R113 5F 2500 $1.0{1 $2,SOQ.00
7.0 �247..Q540 RemoveFenca 02417.3 LF 1000 $3.60 $3,ODO.D�
11 0241.d600 Remove Wail <4' {Concrete or Railroad Ties} 02 4113 LF 100 $Q���fl $4,�DO,pO
12 0241.�600 Remove Riprap 024113 5F 200 $A���1 $500.00
1.3 4241.1400 Remove Cont Pumt 024115 SY 1500 $23.40 $34,500.{10
14 fl2A1.1100 fiemove Asphalt Pavement 02 �+115 5Y k00 $�3,OU 9,20�.00
15 �241,130� Remove Conc Curb&Guttar p2 47. i5 LF 100U $15.00 $15,000.00
16 0241,1400 Remove Conc Valley Gutter 0? 4115 SY 100 $16,00 $1,600,00
17 0241,3011 Remove 15" 5torm Line 024114 LF 200 $16,00 3,200.00
18 0241.3013 Remove 18° 5torm Line 02 41 14 LF 200 $1fi,00 3,200.00
19 02413014 Remove 21" Storm Line 024114 LF 200 $16.Q0 $3,200.00
20 0241.3015 Remove 24" 5torm l.ine 02 4114 LF 200 $17.00 $3,400.00
21 p241.301fi Remove 27" Storm Line 02 4114 LF 100 $17.00 $1,700.00
22 �241.3017 Remove 3n" 5tarm Line 02 4114 LF 1D0 $18.�0 $1,800.00
23 0241,3016 Remove 38" Storm Line 02 4114 l.F 100 $3.8,00 $1,80D.00
24 02A1,3019 ftemove 36" Storm Llne U2 4114 LF 100 $21.Oa 2,100,Op
25 0241.3020 Remove 39" Storm Line 02 4114 LF 1U0 $21A(1 2,Ifl0.a0
26 02A1,3021 Remave 42" Storrn Llne 02 4114 LF 50 $�•00 1,250.00
27 0241.3023 Remove 48" 5torm Llne 02 4114 LF 50 $�5.dd $1,250A0
2$ 0241.3p29 Remove S4" Storm LIC1e 0� 4114 LF 50 $2g.00 $1,450,00
29 d241.3025 3temove 60" Starm Line 02 4114 LF 50 $29•00 $1,450.00
3Q �241.3101 J.5° 5torm Ak�andonment Plug 02 4114 EA 2 $750.00 $1,500,00
31 DZ�+1.31b2 18" 5torm Ahancianment Plug 02 411A EA 2 $75fl•�0 i,SUp.pp
32 0241.3103 21° 5torm Abandonment Plug �2 4114 EA 2 $800A� 1,600.00
33 D241,31p4 24" Storm Abandonment Plug 02 4114 EA 2 $800.00 1,6flU.00
34 0241.3105 27" Storm Abandonment Plug 02 41 S.4 �A 2 $830.00 1,700.00
35 0241,31d6 30" 5torm Abandonment Plug D2 4114 EA 2 $850.00 1,700,00
36 02A13107 33" Siorm Abandonment Pfug U2 411A EA 2 $$����d 1,700,00
37 0�41,3108 36" Storm Abandonment Plug 024114 EA 2 �9�fl,Q� 1,900.00
38 02A1,3109 39" Storm Abandonment Plug 02 a11�+ EA 2 $�50•00 1,900.Q0
39 0241.3110 42" 5torrn A6andonment Plug 02 4114 ER 2 $950.OQ $1,800,00
40 0241.3441 Remove 4' Starm JunCtlon Bax d2 4114 EA 2 $2,z5U.00 4,500,OQ
41 0241.4�01 Remove Curb inlet - All 51zes 02 47.14 �A 5 $2,250,00 $11,25Q.00
42 0241.42U1 Remove 4' prop Inlet 02 4114 EA 2 $?,000.00 $4,OOQ.00
43 0241,4202 Remove 5' �ra Inlet d2 4114 �A 1 $z,100.00 2,100,00
C1'FY OF F01tT SV6RTH C1TY4l'IIlE 5TORM DRAW IMPR6VEMEiJTS
StAN�ARD CpN5'rRIJ4T16N SPeCIFICA'rtpN oOClllvIEt�75 CI'PY PAOIECI' A{}, Ipffi09z
[teVised 9134I2021
�
Bidiisi
Item Na.
44
�+5
46
47
48
49
50
S1
52
53
5a
55
56
S7
58
59
60
61
fi2
63
64
65
66
67
68
69
70
72
72
73
7A
75
7G
77
78
79
SO
81
82
a�
SA
85
86
87
8$
89
90
91
92
93
9a
95
�iCSCE��fL10q
D241.4301 Remove 2' Grate Inlet
0241,�4303 Remove q' Grate Inlet
0241,q�E01 RemoVe Headwali/SET
b241,a501 Remove 6" Trench �rain
02�41.5001 Al�andon Manhole (5totrn MH In place}
31J.O.O�Q2 6"-12" Tree Removal
9110.0103 12"-3S" Tree Removal
3110.4�.Oa 18"-24" Tree Remaval
3110.0105 24" and LargerTree Removal
3123.0101 Unclassified (CMannel} Excavatlon by Pfan
3123.0103 Borrow by Plan
3120..0101 Embankment hy Plan
3125.4101 SWPPP z lacre
3137.0101 Concrete Riprap
3137.D102 Large Stone Rlprap, dry
3137.U103 Large 5tone Ripra , grauted
3137.010q Medlum Stone Rlprap, dry
31g7.0105 Medlum Stone Riprap, grouted
3201,0112 5' Wlde Asphalt ?vmt Repair, Residential
32U1.�117 1�' Wide Asphalt Pvmt Repalr, Residential
32p7.A.122 5' Wide Asphalt Pvmt Repair, Arteria]
32a1,ala� 10' Wide Asphalt Pumt fiepalr, Arterlal
3201,01�2 5' Wfde Asphalt Pvmt Repair, Industriai
32p1.0137 10' Wide Asphalt Pvmt Repair, Industrial
320L020I Asphalt Pvmt Repair Beyond Defined Width, Resldentlal
3201.0202 Asphalt pvmt Repair Beyond Defined Wldth, Arterial�lndustria
3201.0400 Temp AsphaltPaving Repalr
3201,0614 Conc Pvmt Repair, Resldential
32U1.0616 Conc Pvmt Repalr, Arterial/lndusti
9949.0004 Conc Pvmt Repalr, Txdfl7
3211.011i a" Flexifi�le Base, 7ype A, Gft-1
3211.Q112 6" Flexlt�le Basa, Type A, GR i
3211.D321 R" Fiexible Base, Type ,4, GR-2
3211.0122 6" Flexible Base, Type A, GR-2
p2�+1.1700 Pvmt Pulverizatlon {8" Depthj
3211.0600 Gement
321I.�702 8" CementTreatment
9999.0005 2" MIII &.Overlay (under 500 5Yj
3212.0302 2" Asphalt Pvmt Type b
3212.4501 A" ksphalt Base iype 8
9999.0006 6" Conc Rlley wltfi Rall Ove� Curh
3213.0301 4" C4nc Sidewallc
3213.0302 5"ConcSidewalk
3213.Q400 5" Concrete �ri�euvay
3213.0401 5" Co�crete Drlveway
3213.0450 5" Concrete Drlveway, Exposed A
3213.0451 6" Concrete Driveway, Exposed A
3213.0�01 Barrier Free Ramp, Type R-1
3213.D502 Barrier Free Ramp, Type 11-1
3213.fl503 Barrier Free Ramp, 7ype M-S
3213.�50a Barrier Free Ramp, Type M-2
3213.0505 Barrler Free Ramp,Type M-3
tE
S�ecificatian I Unit of 6id
$8C�lDII N0� LNfeasure Quantity
024114 EA 2
02 a11�4 EA Z
02 m114 EA 2
02 4114 LF 5D
02 A31q EA 2•
�110 00 EA 20
311400 EA 1�
311000 EA 10
31100D EA 5
312316 CY 1000
3123 23 CY 500
3124 OU CY 500
3125 00 LS 2
3137 DO SY 300
3137 00 5Y 1d0
3137 �p SY 100
313i 00 5Y 100
3137 00 5Y i00
32 0117 LF 300
32 0117 LF l0U
32 0117 LF 30�
320A17 LF 50
32 0117 l.F 300
32 0117 LF 50
32 0117 SY 300
I 32 U1 i7 5Y 300
33 �1 18 LF 200
32 0129 SY 300
32 0129 SY 340
32 0129 SY zp0
321123 5Y 100
321123 5Y 10�
321123 5Y 100
321123 SY SOU
02 4115 SY 10�d
32 1133 TN 5
3Z 1133 5Y 1000
32 0117 SY 5�0
32 �21fi SY 100
321216 SY 1000
321313 5Y 5U0
3213 20 SF 1000
32 �3 20 SF 300
3213 20 5F 5Q00
32 �3 20 5F 5000
3213 2fl SF 500
3213 20 5F 500
3213 20 EA 4
32 33 2a �A 4
32 13 20 EA a
3213 20 EA 4
3213 20 EA �+
00 �!2 43
pROPdSAL FOItM L1NIT FRICE
Pege.2 of G
i7nit �'rice { Bid Value
$205A0
$23.00
$26A0
$15.00
$17.
$17.
$4,360.00
I CiTY �F FOIiT WORTH C1TY�VIb� STOLtNI UAA[N li4IPk�OVEMEtSTS
STAN�AIt� CnI�SiRUC'fION SPECIPICATION UOCUMHTETS C1TY PitOJf?CI' NO. 10�09Z
Revised 918012U21
00 42 43
YROPOSAI, FDRht UiVIT T[t10E
Pego 3 aFb
BId�ISt
Ilem Ma.
96
97
98
98
1p0
101
702
103
104
1Q5
i0G
1D7
108
1�9
ila
111
112
113
11A
115
116
117
118
119
1,20
12I
122
123
124
125
126
127
128
129
130
131
�
133
134
J.3S
136
137
138
139
1�W
141
142A
1�42B
143A
^ 1A38
� 144A
1448
145A
Qescriptinn
3213.0506 Barrier Free Ramp,Type P-1
32I3,05o7 Barrler Free Ramp, Type P-2
3219,p508 Barrier Free Ramp, Type C-1
32?�.U5dJ Barrier Free Ramp,Type C-2
3213A530 Barr�er Free Ramp,Type C-3
3216.OIU1 6" Canc Curb and Gutter
3216,U1D2 7" Conc Curb and Gutter
3215.U3p1, 7" Conc Valley Gutter, Resldential
3216,0302 11" Conc Val�ey Gutter, ArteriaE/Ind
3231,fl121 4` Chain Ltnk, Aiuminum �New)
3231.0123 6' Chain Link, Aluminum (New)
3231.�412 6` Fences, Woad {New)
3231.04?� 8' Fences, Wood {New}
3232.0100 Conc Ret Wa11 Adjacent to 5ldewalk
3292.n10� Block 5od Placement
3252,0450 Seeding, Wydromulch with binding age
3292.05d� Seeding, Soll Retentlon Blanket
5599.0007 Bonded Fiber Mufch
3293,U103 Plant 3" Tree
9999.0008 Temporarylrrigation-3,OOQ5ForLess
9999A009 Temporary [rrl�atlon -Greater than 3,f
3301.0011 Pre-CCTV Inspectiion of Stnrm Draln
33U1,U012 Post-CCTV Inspection of5torm D�aln
3301.D013 Cond3tlon Assessmant CCTV InSpectior
9999.00Y0 Low Strength Concrete - Flowable FIII
3305.�0�1 4" Waterline Lowerin$
3305.Od02 6" Waterline Lnwering
3305,0�03 8" Waterllne Lowering
3305,OOOd 10" WaYerl�ne Lpwering
3�05,0005 12" Waterline Lowering
3305.0103a ExploraYory Excavatlpn of Ex. UtHltles {
3305.0103a Exploratory Excavatian of Ex, Utilitles (
3305.0103a Exploratory Excavation of Ex. UtElities �
33�5.0105 lnlet Adjustment
33U5.U107 Manhole Adjuskment, Minor
33�5.01a9 Trenth 5afety
3305,0111 Vaive Box Adjustment
83p5,0112 Concrete Gollar for Manhole
3305.0114 Manhole AdjustrrEent, MaJor w/ Co�er
3305,p116 Concrete Encasement for Utility P1pes
3305.0117 ConcreteCoflarforValve
3305.02�2 Impnrted Embedment/6ac[tfifl, CS5
3305.D2p7 ImpQrted Embedmentf Backfill, Select FIII
33I1,D001 []uctile Iron Water FiEt€ng5 w/ Restraint
3312.2001 1" Water Service, AdJustment (Remove & ReK
3312.2001 1" WaYer Servlce, AdJustment (Remove & ReG
9912.21D1 11/2" Water 5ervlce, AdJustment (Remove &
3312.2101 1 J./2" Water Service, Adjustment (Remove &
3312.2201 2" WaterService, Adjustment (Remave & Re�
3312.2201 2" Wafer 5ervice, Ad)ustment (Remave & ReK
3331.33J.1 4" 5ewer Service. Adiustment fRemave & ReG
C1T1 OP FORT WOHTH
5TANDARD CONSTRUCTIUN SPECi!]CA730I� DOCUSvfEM'S
Revised 41J012021
5F
a€Stortn orain
- 5' Dep
-10' I]e
I'-�0'D
Short
Lo ng
�ce) 5hort
3ce) Long
Short
Lang
5hort
a
Specifcatian I]uitnf Bid
Sectio�� No. Measura Q�unnciry
3213 20 EA 4
32 13 2fl EA 4
3213 2Q EA 4
3213 20 EA 4
32 13 20 EA 4
321613 LF lOpO
3216 i3 LF S00
32 1b 13 SY lOp
321613 5Y 100
32 3113 LF 2D0
32 31 S3 LF SOR
32 3125 LF 500
32 31 29 �F 500
32 32 13 SF • 50
�z �i ss cv ia.o
32 92 13 SY 500
32 92 13 SY 2onn
32 92 13 SY 10000
32 92 13 5F 6000
32 93 43 EA 5
3z e4 29 LS 1
32 $4 23 SF 3000
33 0132 LF 2E10
33 0132 LF 1{7il
33 p132 l.F xU0
33 05 Dn CY 100
33 05 12 EA 1
33 0512 EA 1
33 �5 12 EA 1
33 0512 EA 1
33 05 12 �A 1
33 OS 30 EA A�
33 a5 30 EA 30
33 05 30 EA 20
33 05 14 EA ].
33 0514 EA 1
"� kA �9
33 p5 1b LF 5000
33 0514 EA 1
33 pS 17 EA 2
33 05 14 �A 1
33 p5 10 CY 1�
33 05 17 EA 2
32 05 10 CY 5
33 05 10 CY 1D
331111 TOf3 1
33 i210 EA 3
3312 10 EA 2
33 121q EA 3
33 1210 EA 2
3312 1p EA 3
33 1214 EA 2
33 3150 EA 3
Unit Price I Sid Velue
$5,33�,0�
$59A0
$146.Od
$97
$q
i50,
750.OU
350,Q�
600.�0
�oa.ao
CITYLVitlE �TORh9 tiriAlN IME?]ZOVEMENTS
Cl3Y P]tOJECTNO. lOOp92
00 42 43
YROPOSAL FOitM I1NI7' FRlCE
Page 4 oiG
�
Bidlist
Item No,
1458
146A
1466
147
148
149
150
151
S52
153
154
155
15G
157
158
159
160
161
162
163
164
is�
166
167
168
169
17U
171
172
173
17A
175
S76
177
178
174
180
181
S82
183
1&4
185
186
187
188
189
150
191
192
193
194
195
196
pescriplion
333J,.3311 4" 5ewer Service, Adjusem
3331.3312 &" 5ewer Service, Adjustm
33313312 6" Sewer Servlce, Rdjustm
3341.0101 15" MDPE Plpe (Non-Stanc
3341,D102 18" HDPE Pipe {Non-Stanc
3341.0204 24° FE�PE Pipe�
3341.0301 3D" HbPE Pipe*
3341,03�8 3G" Hf]PE Plpe*
3341.3501 T5" Palypropylene (PP} Pi
3341.35d1 18" Polyprnpylene (PP) Pi
3341.3501 24" Polyprapylene {PPj Pi
3341.3501 30" Palypfopylene (PPj Pi
3341.350J. 36" Polypropylene �PP} Pi
3341.3501 42" Po{ypropylene (pPj P1
3341.3501 48" Polypropylene (PP} PI
33A1.3501 84" Polypropylene (PPj P�
3341,0103 18" RCP, Class IU (Nan-5t�
3341.0201 21" RCP, Class I11*
334i.02U5 24" RCP, Class III*
3341A2a8 27" RCP, Class lll*
33A1.0302 30" RCP, Class Ifl*
33A1,4309 36" RCP, Class IH*
3341.OA02 42" RCP, Class III"
3341,0409 48" RCP, Class III•
3341.D502 5A" RCP, Class III*
3341.D602 60" RCP, Cl�ss Ill�
3341.0741 72" itCP, Class III*
3341.07�4 78" RCf, Class III�`
3341.0&�1 84" RCP, Class lll"
3341.1001 3x2 8ox Lulvert*
3341,1002 3X� Box Culvert*
3341..1101 Ax2 BoX CulvOrt*
3341,1102 4x3 Bax Culvert*
3341.11fl3 4x4 Bax Culvert"
3341,1201 Sx3BoxCulvert*
3347.,1202 5x4 6ax Gulvert*
3341.1203 5x5 Box Culvert*
3�41.1341 6x2 Box Culvert*
33A1.1302 5x3 soxCulver[*
3341.i303 GxA Bax Cu[vert*
3341,130A 6x5 Box Culvert*
3341.1305 6xfi eax Culvert*
3341.1401 7x3 Box Culvert"
3341.1442 7x4 BoX Culvert*
3341.1403 7x5 Box Cuivert*
3341.14U4 7x6 eoX Culvert'"
3341.1405 7x7 6ox GUlvert*
3341.1501 sx4 Box Culvert*
3341.1502 Sx5 6ax Culvert'�
3341.1503 Sx6 sax Culvert'
3341.15U4 8x7 Box Cu�verY*
3341.1505 8x8 Box Culve�t*
3341,1601 9x4 Bax Culvert*
t fRemo�e &
t (#temove &
t {Remove &
d) 5hnrt *
dJ�
.
«
*
*
«
�
C1TY DI' I�ORT 1VOR7H
STANiIARU CDN&7't�UCTION SPLCFCiCATfON pOCUME1�ti5
Rcuised 913 012 02 1
Speeific�tion Unit of Bid
SectiQn Nn. Measure Quantity
Long 33 3150 EA 2
5hort 33 315U EA 3
Long. 33 3150 EA Z
33 4171 LF 504
33 A111 LF 1400
33 4111 LF 1500
33 43.11 LF 7S0
3.3 /�111 LF 50D
33 4113 LF 5Q0
33 4113 LF 1000
33 4113 LF 1500
33 4113 LF 75�
33 4113 LF SDO
33 A1 13 LF 5D9
33 4I f3 LF 500
33 4113 LF 50a
33 43 10 LF 1000
33 4S 10 LF IUO�
33 4i,14 LF 1500
33 R1 10 LF 500
39 4110 LF 750
33 4110 LF 500
33 41 10 LF 300
33 4130 LF 30U
33 4110 LF 30D
33 4110 LF 200
33 4110 LF 240
33 411f! LF 10(1
33 q11D LF 100
33 41 10 LF 2U0
33 4110 LF 20a
33 A110 LF 200
33 4110 LF z00
33 4110 LF 200
33 4110 LF 2pD
33 41 Id LF 200
93 4110 LF ZDfI
33 4110 LF 204
33 4110 LF �DO
33 4110 LF 20U
33 411d LF 10.�
33 4J� 14 LF 1d0
33 4110 LF 104
33 4110 LF 10�
33 4110 LF 100
33 41 1f1 LF 1(l0
33 4110 LF 10�
33 4110 LF 1�0
33 4110 LF 104
33 4110 LF 100
33 4110 LF 10f1
33 4110 LF 100
33 4110 LF 100
Unit Prica I Bid Value
,aoo.ao
T
73,D0
i
11.00
Cl'fY1V1tJE STDltM �RAlN IMPROyEMENfS
CIiY PRdfEC'f M0. IOop9Z
00 42 43
PROPO5AL FORA�S UNIT FAICL
Pase 5 oF6
I
Bidlist
]tem No.
197
198
199
200
2ai
2�2
203
zna
205
2A6
206
209
210
211
212
213
214
215
21fi
217
z�a
219
220
221
Z22
223
224
225
226
227
228
229
23Q
231
232
233
234
�35
236
237
236
239
240
241
242
243
24�1
245
246
247
[]escription
3�41.1502 9x5 6ax Culvert*
3341.16U3 9x6 6ax Culvert*
334�.,15pq 9x7 BoxCulVerk*
3341,1605 9x8 Box Culvert*
3347.,1606 9x9BoxCulvert*
33�I,2001 10x4 Box CulverE*
3341,20U2 14x5 Box Culvert*
33�41,2d03 10xfi 6ox CulverN`
3341,2004 10x7 Box Culvert*
3341.24d5 10xS Box Culvert�`
3341.2U06 1flx9 Box Culvert*
33A1.2007 10x10 Box Culvert*
9999.0011 Extra Trench Depth, 45" Pipe or Sma[ler {8' -10` depthj
9999.0012 Extra Trench Depth, 45" Plpe or 5maller {7,p' -12' depth}
9999.0013 Extra Trench Depth, 45" Pipe ar Smaller {12' -15' depth}
9999.pp14 Extra Trench oepth, 48" Pipe or Larger (8' -10' depth�
9999.0015 Extra irench bepth, 96" Pipe ar Larger {10` -12' depth)
9999,OQ15 ExYra Trench oe th, 48" Pipe or l.arger �12' -15' depti�}
9999,0017 Extra Trench OeptM, 8ox Cuivert [S' -10' depth}
9993,Op18 Extra Trench pep.th, Box Cuivert (10' - 12' depthJ
9499.0019 �xtra Trencin Oepth, Box Cuivert (12' -15' depth)
9999.0020 5prinkler Repalr 8eypnd Pipe Crossing (Qti�erwise Cons{dered
Subsldalry tn laying pipeJ Use Percentaga as Needed - frospector verif3ed
9999A021 Connect to SD 5�ructure (lnlet, �-Box, etc) -All Sizes
9999.0022 Conneckto Existing Pipe or Box- AU 51zes, All Materlals
3305.0112a Concrete Collar on 18"-27" Pipe
33�5.�112b Cancre#e Collar on 30"-48" Pipe •
3305,0112c Concrete Cpllar on 46" nr Larger Pipe
3349.0001 4' 5tarm Junction Box
9999,4023 Additional Qepth (>6'J 4' Starm Junction Box
3349,f}002 5' 5torm Junctfon Bnx
9999.0�24 Additkonal Repth �>6') 5' Storrn Junctlon Box
3349.Ofl�3 6'SYormJunctlanBpx
I9999,OQ25 Additional Depth (�5') 6' Storm lunct�on Box
I3349.p105 5-Sided Manhale
9999.0026 Addltional Depth {>6'} Non-Std Starm Manhole
3399,4102 15" SET
3349:4103 18" SET
3349.4304 21" SE7 J�
3�a9,A105 24" SET
3349.4106 27"SfT
3349.4107 30" 5ET
3349.4109 96"SE1'
3349.50fl1 7,fl' Curb Inlet
4999.0027 Addltional oepth (>5'} ifl' Curb Inlet
3349.50�2 15` Curh 4nlet
9939.OD28 Addltianal Depth {>6'J 15' Gurb Inlet
3349.5�03 20' Curb knlet
9999.0�29 Additional �epth {>6'} 20` Curb Inlet
3349.6�01 14' Recessed Inlet
9999.OD3fl Addltlonal Depth {>6') 10` Recessed Curb Inlet
3349,60i12 15' Recessed inlet
crrY aF roxT wonrN
5TANDAR� CONS'f[iUCilDN SPECIFICATfON �OC��7EM5
RCYlzed 9I30J2O2I
Speei�catlan Unit of Bid
Sectian No. Measure Quantity
33 LF 10p
33 4114 � LF la6
33 4110 LF 1p0
33 4110 LF 100
33 411q LF 100
33 4110 LF 1pp
33 411d LF 1D0
33 4110 LF 100
33 4210 LF 100
33 41 �q LF 100
33 4110 LF 10�
33 4i 10 LF 1�0
33 OS 1D l.F 100
33 �5 10 LF 100
33 05 �4 f.F 100
33 05 10 LF 1�0
33 O5 10 LF 100
39 OS 10 LF Tpp
33 �510 LF 100
33 p51p LF 1�0
33 0510 LF 100
6
6
2
2
2
20
20
10
20
2
20
2
20
5
5
5
5
2
2
2
20
20
5
20
5
20
10
26
2
.�z aa zs ��s � i �$s,floo.00
33 4110
�3 q110
33 0517
33 0517
33 0517
33 4910
33 q910
33 491�
33 49 7,p
33 4910
33 4910
33 4910
33 4910
�3 49 40
33 49 40
33 49 40
33 A9 GO
33 49 40
33 49 40
33 49 GO
33 49 20
33 49 20
33 49 20
33 49 20
33 49 20
33 49 20
33 49 2fl
33 A9 2b
33 49 20
EA
EA
EA
EA
EA
VF
EA
VF
EA
VF
EA
VF
EA
EA
EA
EA
EA
EA
EA
�A
VF
EA
VF
EA
VF
EA
VF
EA
Unit Price I Bid Value
7
.D�
.on
.00
.00
715
7
CITYIYI�E STORb[ DitAIN EMPROVEtvSENTS
C1TY PRO]F.C.T Np. I Q0092
f10 42 A3
PROFOSAL FORM UN[T FRICB
Page 6 aF6
Eh`� �F SECTION
CITY OFFORT H+ORTH
STA[�ARD COF+ISTREICTPpN SPECIFICATION D.00UMENI'S
Rcvised 4/3pt2021
Total Bid SI1,562,75Q.11G
CITY W[DE STOItM DRAITi IMPROVEkIF.M'S
CITI'PROJ�C'1' NO. 100D97
*For ihe purpose of th9s bid, All Ptpe excludes Mobilixa4ion, Pavement ftemoval, and Connectlon to Existing 5tructures.
��5� �3t?�Y�
TH� �rnarfean Institute of t�r�hi���ts,
I1ll� L�ocumcnt riFca. !�3 [0 (F�br��►ry, Y970 �c�itian)
1Kfi�jt�l� AT,T. �rR� �v 'r13E5E !'RL�FTM: ;';�, *� t„ ,��
�e �PiitiCipal I��rainRftal' c�E��� tli0 �Ciilci�kril, ;�n[I Vi}��!•�*ri l�i���s��ce �oxn��n,}�
a� �ura�y, i��rc:tt�itar �:aJ�ad ii�o fiurc4y, �:rc 1tc�d arul fir,��ly bo��nti unta ��,Y���ori W���th, TX
ns Oblig�c. horclna�ii�r c�llctl ta�c Obl�geo, �n iha xurn o!" ]�iv� f��,�:c�xt crfl�id Ar�yQunt' f5��
��1�nr� {$ .,,,.... ---------�--- }, f�� dte �nymfi��i of writidti Eurn �tl +�nd Irtliy t[i iG� madcsr the sald Pritt�pal sttd d�e
A31� ��=�acy, hiRd aurna�v�s, aur Itiaira, cx�auinrx, r�dn� i�iRlrnlor�. su�oa��t�r,a a�nd assi�s�s, j�inlly ai�d $averally,
FIT;�I�}� U� I�E3C �IfC80ri15.
1`J}f[?IxEA:i, ihv Cr�r�cxp�l h�a �ubmilt�c# n lsid fb�- (;i�+widr. �t�rns D�ai� �ti� 7�'t�venl�lTs „
-.. -- - � ;t�� ������;��k �r�, �aoa��
N�W, iHEREFt3RE, �� the abligs�c sl�Rll �acept th+� bid of fho Yrin��g�l �nd ih� Principal ah�il �nte]r ir�to
li CC73liPflCL VJ1i:�1 'C�10 DhIl�4� ftl ACCAC[�At]CP tJUii'I'1 tYlfi t�it'_tY1S iff ASIt_}7 I�1[�F m„d �,;ve �rsc�li hnn�irnr hn,�r�g �,�
��uy bc s�iccific� in tlti� ��:d�ii�g or Cuntri�ci� ����s,tc�tiis wk�lti gar3� �nd s��ffcicnt snrcty fo� �I�c #'fl.itl�fial
perxarma�cc cyt su�l� Contruct ��yc� F�+r Clse �:ro�npt paymcrsi of !€.�#F iLsS� �t1�1tC1'f#tl 1-�irnt5hcd i� ��c
�.rc�srculi�rs l!:�:a.uf, or i�� tlx� �vc�l c��` ll�e I-«i�k�r�; uf' Ela� l�frnei#;ni ko �31tar �t7cli C�rztil��tic[ :e:tid �i+�+e such
1')c?�1[I s�r I�«pdti, ifi#te �rincEp�l r!t�t�l �xr�� ¢a E�,� �bli�ev rh� t�i�lnre��c�� :::7# tEr cxcccd Ihe ���nally �areD�F
t�otkv�e7 t�:e t rrsnr��t �uecll'iod ir� sr�Ed bld n�d �u�li �xsrg�r amoue�t for wl�i��� th� Oblf�e�* muy it� �tyod
f��lR�ti cnitilrm�i wii#i ario[tZaP ��arty tc� �Crl�e�fl11 l��u Ws�rk c�ow�;CesJ i�}� s;�id hi�, �t:�r� �i��s �kE1C1��A��C1ll 9�lElII E)�
n4�1x a�id v�id, a�l�arkvi�o en re:�:�iiy i» fu�l f�r�� s4��cl ulff�cl_
�is�n� ai7d �aal�s� ::�:s _ l�ll1 ��y �� M� � ZQ22
i�TOD�Y GOS�TTR,f�CTO��� INC.
� I'rinc�p�! ' - ---• (Ssal)
i:� � �.
N�merrilla
�IC�i i.P�d'1' r�rt+i11�:� �r::r: (:c }� ��CVY
4yir.�l}� �� (S�3uE)
{
�y:��-�� � �
�ai�abcl � Ct�•�y tis�rnay-in-FAct
�������
�'ower vf At'torney
FederalTnsurance Campany � Vigilant Insuranc� Company � Pac�tic Inde�nnzty Company
Know AU 6y'Chese PYesents, That FB�BRAC. IN5U�tAMCB COMPANY, an Indiana carporatlon, YCGTTaA.Ai'P iN3URANCS C4A3PASVY, a New Vork eorporation, and PACiS+IC
1l�lfl$MfiI[TY CpM�P/�NY, a Wiscansln carporatton, do each hereby cansBtute and appolnt Ellz�heYh GI'8y, Charies Q. SW�pTi2y, ICyle W. Sweeney ar�d
Michael A, 5weeney nf Fort Worth, Texas .w__.__._--------------------___......_-----------------•-----_..___,_-------------------------------------._-.__---_-�---------
each as their true and 1aw�ul Attomeyin•PacE to executa under suct� designation in their names and [o afllx their corporate seals to and deliver for and on their behalFas surety
thereon vr othenvise, bonds aad under[akln�s and nlher wrltlngs obllgatory In t�te nature therea€ 4other than Uail bonds) glaen or executed in the couise nf business, and any
Mstru�nenrs amending or alteringthe same, and coctsenls to the moditicatfon or alteration of anyinstrument referred to in sald bonds or obllgadnns,
In Wlpness Wlle[eof, sa[d P�Dl3RAL IN3flliAfCG� GOMPAIV7C, VIGILAIVT Il@S[1RANCE COMPAIVY, and PACISIC �a6�uENP1Y COMPANY have each executed and attested these
presentsand af'11xed thelr co[porate seaSson this L6'h day ofSOptember, 2619.
�CA9�5`�"-•1`�• �'�
.l}�+xn �1, L'hlu�'�z�, A�IsEnptSE�:1'e[a�y
• �� , 4
�
�'I'A'PII OF NBW ]6i�58Y
CountyofHunterdon �'
�+Ys` �
SFe��l3eaS i��l.11��n�, Vls:e I'rc�iiient
� i��� �'�':.
-;311. .
On this 1.6'^ dayoFSeptembet, 2019, hefore me, a Natary Publlc of Netiv.fersey, personalty came Dawn M, Chloros, to me known ta be Assletant Secretary af Fk�DERAL INSURANC&
COMPANY, VIGILAN7' lNSURhNCE CQMPANY. and PACIBIC IN681rINITY COMPANY, the compan9es which executed the foregoing Potver pf Attorney, and Ehe sald Dawn M.
Chioros, Ueing by me duly swarn, d1d depose and say that she is Assistant SetreSary oF FSUIIRAL INSiJRANGB COMnANY, VIGII.ANT INSUItAhfGB COMPANY, and PpC1PIC
it�ABMNI7`Y C.OMPANY and knows the corporate seals therenP, that the seals aflixed m the foregaing Power of Attorney are such rorpnrate seals and �vere thereto aHixed by
au[hodty of said Gompanlesi and tt�at she slgned said Power of Attomey as Asslstan[ Secretary vf said Companles by llke authority; and that she ts acquainted with Stephen 3+i.
Haney, and knows i1m to be Vlce Preslden[ of sald Companies; and that khe sfgaature af Stephen M, Hartey, suhscrlbed to said Power of AUomey ls [n che genuine handwrt�ng oi
Stephen M.Haney, and was thereto suhscrl6ed 6y authorftyoFsaEd COmpanles and in depnn�Ps presenca,
Notartal5eal '�
TA7t�
�i�
Get�
R
KA�'WEHINE J. Ab�LAAR
ryOiARY PUBLIC OF NEW JER9E'!
HQ.aa�eaea
acmm�a�an expuea.t�ty f e, xn2a
, i /�.��;
. /
CBRTIPICATY4N
Resalutlons adnp[ed by the Snards of DErectars of FHA813A41NSURANC6 GOMPANY, VTG]LANT 1T75[1RANCB COMPANY, and PACIpIC ]N�&MN1TV CQHiPANY on Augus[ 30, 2018;
"RgSOLV[io, that the following authorlxatSons rehte to Ihe eKecutlon, Cox and o.n tiehatf of �he Company, af bonds, undertaWngs, recognlaances, mntracts and other written wmmltments aTthe Company
entered Inla in theatdlnary course of 6uslness (each a"Wrltterc CommltmenN7:
(p Bacts of the Chairman, Ihe Preslde�[ and ti�e Vlce Presldenl� oFtheCompanylshe[ehy aulhorlr,ed toexeculeanyWri�tenCon�mGment forandanbehalfoftheCampeny,underthe
9cal of the Company tirnlherwlae,
(?J Each duly appotnted attamey�ln•fact of [he Cumpany Is herchy authmized to eKecu[e eny lVrltten Commicmenl for and on behal! of [he Company. under �he seaE o[ the Camparty or
ahenvlse, ro �he exteet t�at auch actlon ts authodaed hy the graiet oipowers provided for 1n such person's mttten eppolntment as such aqarney-[n-Tact.
p) �ach of the Chaicman, Ihe President and the Yice Presldents o[theCompanylaherehyauthorixed,Forandon hehalfaftheCamparry,taappotn[in�erGingany persan the etroiney-
ln�t�tt o.f the Company with f�ll power and amtsnrity iaexecute. far and on heiialfoftbaCompeny, under !he seal ofthe CQmpany orotheewlse.such ulrElten Cammltmentsafthe
Companyas mayhe spedBed In sucii written appnlnlmen6 whlch speclitcatlon maybe by general q�peor c}ass of Wrltten Caromltmen[s or by spedlicattan o[ one armore particular
WNtlenCummltments.
(q) Earh af She Chairman, the Presld�m and the Yke Presfdenrs of !he Campany Is hecchy au�hoAzed, Tar andorehehalf of the Cnmpany, t0 delegate In svr]Nng to any olhero�icer af the
canpanylheauthorityroeKecu�e,forandanbeBalFolthe Gompany, under the Companys seal or otherwlse, such WdttenCommltmentsoRheCompanpasarespecilledlnsurh
writtendele�Hon,whlchspecifiwtion may be by general rypeor classof Wiltten Cammltmenls or byspeclltcallonoloneormorepartEcularK'rRtenComrtd�ments.
(5► 'Phesig�alureo[anyol6rerorotherpersonexecutinganyWrit[enCuuunitmentoreppafnlme�tordelegaSiaopursuanttoti�IsAesolut[en,and�hesealoftheCampany,may6ealkixed6y
facsimae on such Wrlttea Commitrnent arwriCten appeintrnent or delegallon.
FUATHBR.RESOI,YBU. Ihat the Caregoing Reaolutivn shatl nat bedeemedfoheaosxdusivealatementofihepoNe�spndau[horityofoRlcers,employeesandofherpersonatoa�tfarandonbehalfo!
Ihe Ccimpany� endsuch Resolutlon sfia11 not limlt or o�henvise alt�ct �he exercJae ofanyauch potrer or aulhodryothenv�se vafidly granled ar vested:
1, Dawn M. Chloros, Assistan[Secretary of P[iQI3RAI. INSURANCB CbMPAMY, V1GILAN'i' IN5i]ItANCB COMI�ANY. and PAC[I�IC iN�BMNITY COMPANY (the "Companies") do hereby
certiFy that
(I) Ihe fvregomg Resolutlons adopted by the Board of �irettors of the Companles ara true, correcrand in full force and ei%ct,
p1) the ivregoing Power of Attorney Is true, rnrrect and ln f�ll force and effect.
GSvenundermyhandandsealsarsaidCompanlesatWhitehnuseStation,Ey�,thls �gth day of May 2022.
� ���. ��
�T Y �• i �'. � � .
I7avr11 h1. Ch[rxaM. Aa15l:mE Stty�clm
1N'fH8 BVHM1fI' YOIf LYISH'f0 VC�4tIFY"I'HETVCkiBMT[CITY OB'{'HIS 9QNa ORNOTIt+Y US 4A AFlYOTH6RMh'fTBR P4HA56 Cd[S!'ACT US AT:
Telephone(908)903�3493 Fax(90BY903•3656 e-malt:surery�chuhhwm
p�0• VIG�PI {fbv. 08-1&j
a� q� s7
V€N9DR GOMP4IAHC� 70 3TAi� LA�/V
Pa�e 1 of 1
.�'+�C'i't"I�i� 0{i 43 3i
V�#�C�dR CDh11PLi,41��� TO STAT� LAW �JUN FC��IC�EN�' �1�3���
7r�xr�s �'=n+��err*�nt �ac[� G�a#�►pr 2��2 w�� �c�l�ptt�d fer ll�� �w�rd g# ���rtracts #o nanresident bidders. Th�s I�w
Qro�+d��s Ihak, kn o�der la be awarded � c�on:��wf ba Iow bi�'d�r. n��nreQ�;�e�� �!��gr!� l���t-�f�-st�t� ��tr�c#ol's
wl;w;Q ��pn��le c;;�;as c�� �ri*�cfpa� �lace of �u��nass are o�f9�de thz Stake of �ex�sj biti �i�j�Cfs f�Y
�or�slrucli�n. �a�provcme�#s, s�PP�o�s or sen+�aes an fexAs �+ an amo�nt Im�:�r tl�an the law��t T�x�s r�s�d�nt
$I{tdfl� �}y �h� S8n1� �liri6�l�:� dh�l � T�X85 �E�B�dts��� i7ldi,�e! ��;�,td be rec�uira� Ra under��iri � nanresid��t bid�er in
�rd�r la obi��in � co�r��]�r�bte conTracE Fn Ihe Saat� whfr.h �he n�::;residc�rrl'� pr�R�clpal �lac� af �usi�!�as �s I��aked.
The ap�r[rp::a#e �}�^�� In ���t�ot� A musk �e fl�led ���i G� sil rZonres�der�t bld�e.*� rr� order for ya4rr bid la rn�et
�pecifi�atiors. YI;� f�l�u�c cf r�vr�t�slda�rt hid�f�rs lo �a so w:ll autorrrat�caiEy c�isq�rafify lhat �.�;f���r. Re�Edo�lt
�?[�Cj3fS �1ti�51 C�E�Ft �F�B �)�%:�1 ��CliO(j $.
A. N�r�res�dant bs�ders �^ tl�e ���t� af , our prinaipal pfa�e of bu�iness,
ar� res�u�{ed to be pe�eem low�f tt;ar} resl�+�nk t�i�d�rs by �tate Law. A��py of th�
st�l�te #s at#ached.
���ry�pSi�oni ;,,�dq�rs �n tlie �tate �# , our princips�l place �f b�s�in�ss,
ar� ;�oi r$c{;,��*�erJ #o ur���r��E� re��e!�r# �bidd�rs,
�. 7he prinCkp�� pl�Ca af bu�i�e�dur �9mp�ny or our parenk corrrpany vr majarity c�wn�r i�
ii� khe �latE: ol Texa.. f_'i
�IQ�E#�: Woc�fy �ar��Ty�*�r�s, �nc.
91Q 'r't��ver Ur
�C�Fs�ler�atF. T){ 7606Q
By_ ��ay Woo� .
�� , ���_�
,��G�� � � _ -
� � (�ig€�I��e�
r�lle: P��s�dottit
��t�: � ��
� � �� �
�ND U� �CC'ilpN
�iiYui F4RT►N�JR7H
s�nr,�,a�a� co�vs��uc�r�r� sP�ci��ca�ia��a �o�uMEwrs
�fl,r+� ��su�xaaz
C I� YWIUc 57 C1Fth1 JRiuhl �hiPiZOV�MENT$
e, ITY gRD�ECi Na. 10oGs2
004511-1
BIl]DEItS nREQUALIPICATTQNS
PagE l pf 3
2
3
4
5
b
7
8
9
10
il
12
13
14
i5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
3b
37
38
39
4U
41
42
43
44
4S
46
47
48
�9
SECTTON 00 4S 11
BIDDERS PREQUALIFICAT�ONS
Summary. ABidder or theu designated subcontractors a�•e required to be prequalif'ied ot•
have applied for prequafification by the City for the wark types requiring prequaliiication
prinr ta subtnitting bids. To be considered for award nfcontract the Bidder must subinit
Section OD 45 12, PREQUAL.IFICATTON STATEIVIENT for the work type{s) listed with
iheir Bid. Any cant�•actor or s ubcon�actor who is not prequaliiied for the w ork type(s) listed
must submit Section Od 45 13, PREQLiALIFICATION API'LICATION in accordance with
the requirements below. The infarmation musk l� subrnitted seven ('�) days prior to the
date of the op�ning of hids. Subcontractors must follow tne same timeIines as contracto�rs
fot• obtaining prequalif'ication revi�ew. Bidders or Subcontractors who are not prequa[if'ied at
thetime bids are opened and ��eviewed may cause the bid to be �•ejected.
The prequalification pracess will esta6lish a bid limit based on a technical eval�aation and
financial analysis of the contractoi•. Forexample, a contracto.rwishing ta submit bids on
projects to be apened on the 7th of April must file the information by the 31st day of March
in order to eligi6le to work on these projects. In order to facilitate the approval of a Bidde�•'s
Prequalification Application, the fallowing rnust accompany the submission.
a. A carrz�lete set ofaudited or reviewed financial statetz�ents.
(1} Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flaws
(4} Statement Qf Retained Earnings
(5) Notes to the Financial Stateznents, if any
b. A certif�ied copy of the fit-m's o�'ganizational documents {Corporate Chartet; Articles
oflncorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, and Certif'icate of Limited Partnership Agreement).
c. A completed Bidder Prequalification Application.
(1} The f�rtz�'s Texas T�payer ldentifcation Number as issued by the Texas
Campt�•oIIer of Public Accounts. To obtain a Texas Ta�cp.ayer ldentification
number visit the T�xas Comptroller of Public Acaounts online at the
foliow�g web address www.window.state_tx.us/tax rmit! and fill out the
application to apply for your Texas ta�c ID,
(2) The firm's e-mail address and fax number.
(3) The f�m's DUNS number as issued by Dun & Bradstreet. This number
is us�d by the City far rec�uired reporting on �'ederal Aid prajects. The DiINS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the %rm far f�rms
submjttingtheir ini�ial prequalification. Ti�ese resumes shoufd include the size and
scape of the work perfaimed.
e. Othei• infarmation as requested by the City.
�. Prequalification Rec�uirements
a. Financial Statements. Financial stat�ment submission must be provided in
accordance with the following:
(1) The City requires that the original Financ ial State�nent or a certified copy
be submitted for eonsideration.
CiTY OF FORT WORTH
STANDAKD C�NSIRU4TION 5P�CIFICATION flOCUMCN?S
Ravised August 13, 2021
CITYWIDE 5TORM DRAIiV I[v1PROVEMEIVTS
CITX PR07ECT NO. 100092
aflasii-2
f3TDDERS PREQUALIFICATIONS
P age 2 of 3
4
5
6
ia
ir
12
13
14
15
16
17
18
19
2{1
21
22
23
24
2S
2b
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
�3
44
45
(2) To be satisfaetory, the financial statenrjents mustbe audited o�� re�iewed
by an independent, certified pubGc accounting fu•rn registered and u1
gaod standing in any state, Curren.t Texas statues also r�quire thaf
accounting fiems pet•fo�•ming audits or reviews on business. entities within
the State of Texas ba praperly licensed or registered with the Texas State
Baard of Public Accouritancy.
{3) The accounting fi�•m shnuld state in the audit report or review whettaer
the contractor is an individual, corpflration, or Iimited liability campany.
(�#) Financial Statements must be presented in U.S. dollars at the current rate
of e�change af the Ba[ance Sheet date.
{S} T}�e City will nat recogn�ze any eertified public accountant as
independent who is nat, in fact, independent. �
(6) The accountant's op�ion on the financial statemenis of the cantracting
cnmpany should state that #he audit or re��ew has been conduct�d in
accordance v,rith auditing standards generally accepted in the United
States of America. This must be stated in tlie accounting ium's opinion.
It should: (1) expc•ess an unqua�ified opinion, or (2) express a qualified
opinion on the statements talcen as a whole.
(7) The City res erves the right to require a ne�v statement at any time.
(8} The financial statement must be prepared as of the last day of any mantE�,
not more than one year old and must be nn file with the Gity 16 manths
thereafter, in accordance with Paragraph 1.
(9} The City will delerrr►ine a contractor's bidding capacity for the purpases
ofawarding cantracts. Bidding capacity �s determined by multiplying the
pos itive net w orking c ap itai (w orIsing. c apital= c urrent as s ets — c utrent
liabilities} by a factor af 10. Only those stateEnents reflecting a positi�e
net warIcing capital position will be considered satisfactory for
prequal�cation purposes.
(10} In the case that a bidding date falls within the time a new flnancial
statement is being prcpared, the pr�evious statement s}iali be updated with
proper �eri�cation.
b. BidderPrequali�cationApplicataon. ABidder PrequaJification Application must be
submitted a[ang with audited or reviewed financial s#atements by firrns w�shing to 6e
eligible to bid on all classes bf construction and maintenance projects. Ir►complete
AppIications vv�ill �e rejected.
{1) In thnse schedules where tl�ere is nathing to repQrt, the ilotation oi
"Nnne" nr "N/A" should be inserted.
{2) A minimu�n of five t5) references of related work mus� be provided.
{3} Submission of an equipment schedule which indicates equipment under
the control of the Contractar and whieh is relat�d Co the type of worlc for
which �he Contactor is seel�in.g prequalif'ication. Tl�e schedule must
inc[ude the manufacturet•, mod�l and general common descrip#ion of
each piece of equipmenf. Abbre�iations or m�ans ofdescribing
equipment ather than provicled above wi� not be accepted.
�6 3. IIi�ibility for Award of Contract
47 a. The City shall be the sale judge as tn a contractor's prequalificatian.
48 b. The City may reject, suspend, or mo�ify any prequalificatian for failure by the
49 contractar to demonstt�ate acceptabl� financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification appraval.
CITY OF FORT WORPH Cl'TYW[DL:5TORM DRA1N 1MPRQVEiviE�1'I'S
STANDAAD CONSTRUCTION SPECI�IC�ATION DOCUMENTS CITY FR07ECT NO. 1OD092
Re�ise� August l3, 2021
004511-3
BIpDERS PREQiIALIT'ICAT101tiS
Page 3 oF 3
d. If a contraetor has a valid prequalification letter, the contractor will bs eligible to
perform the pr•equalified work types until the expiration date stated in the Iettet•.
8 END OF STCTION
9
GiTY OF PORT W�ItTTi CI'CYWmE STORM DRAIN IMPROVEMENTS
STANDARD CONSTiZUCCION SP�CIFICAI'IpN DOCUIvI�NTS CI'1'Y PRD7ECT IVO. LOOD92
Revised August t 3, 2021
0o e� c2
PREQIlA1.1FICh'Iif�N 91"A�F�II�NY
Page i ot 1
���TIt�N �B 45 ��
l�R�QURI�i�IC�ITION �Ti4Tl�M�NT
I�
�ach Eiidder for 2�ily prCcs�rem�rll ls ra�uirsd to compl�fe fhe iriforrnatior► beivW by id�tt�ifying the prequ�li��
can��,�fikor� �nd�nr �uUr.onrrac��rs uuN��rn fy�y i�ttend td utili�e f4r th� m�]ar wark iype(s) listed.
i:�i�J�f i�O��[ Tj�p� Cnn4r�r.inefC�Fhynntrar.�nr C'.mm�anU ��1t'�r I �r�€�I���I�t6�1�R�CE
.�r..�.� �?S ��'atioill]�t�
S�wer I� � ��roverr�o�ils �S��ME�ry 1�roady ��nt�act�r�, Int_ 413�12023
& �tarnewater�
+IV�ter �R;;;,fov�menl5 (�olatrleji Wor�:ly C,ar�kfi�: tur�s, I�ric. 4I�Ul2Q�3
A�phal# I��vsl�� -
�qnstr�cti�rrlRecc�nsiructior� 7exss M�tsrisl C�rosa�, InG. dba JLS C�r�tr��t��t�, LLC '1213'i1Z02�
(I.e�s kh�n ��?�OOQ SY)
��nCrete P€�vs�?�
��^str4i�;;�rr+F��cony:a u;:l,�rr Stabil� & Winr�, 3nc 12�3��I��}�?
(���s than 1�.O�Q �Y)
NIA
NIA
hllA
�11A
The undersig��d her�y fiertEfl�� th�t iri� e.��#r��t�rs ���f�► sui�contrac#ors de�ctibed fn the tabl� a�ove �r�
C'Uff6fYII� Rt��1�1AIlI'f$CI FG'C ;17e tiv.�k tyr }s I�steB.
8�Ui3�Fk�
� �o��� ���;������, ��� .
o �S4 �v�n,� �r
� �Ge.++►+�1 � t�rnle � `rX `i%0��
�
��: ���� _
�,� � � . _
��" ��-- .
.� ; � ,
/ y'v i�`rrzi�{Ji:�
Ti�i�.'� Q ���rSr'��� `µ
hMiB: - � �.
c�rr � Fa�r woRrN
�Tn,�une�n r�;uc��i �r;rinN vp�CsFtCA�IK>N iJQCUMF�l7S
Ro41�,sid p0+2 fN34� 1
��� �� ����E��
CITYWtoL- 3T�RM DRAIN IMAROVEMENTS
ClTY PROJ�CT Md_ it�09�
00 45 2G • 1
CON7RACTOR COMPLIAIVCE WITH WORK�R'S COMPENSA710N LAW
Pagc 1 of l
2
4
5
6
7
8
9
10
1�
12
13
14
15
lb
17
18
19
20
21
22
23
2q
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
4fl
41
42
S��TI�N 00 4b �6
CONTRACTOR C�MPLIANC� WITH WORKER'S COMP�NSATION LAW
Pu�•suant to Te�s Labor Cade Section 406.09b{a), as amended, Cotttractp�' cer�ifies tliat it
pro�ides worlcer's coct�pet�sation i�isuraizce nove�•age for all of its employees employec! on Ciiy
Projeet Na. 100092 . Cant�•actor fii�•tltei• certifies that, �ursuant to Texas Labor Code,
Section 406.096(b), as ame�lded, it w�li provide to Gity its subcontcacto�'s cex•tificates of
cosnplia►ice witlt wnrket•'s co�npensation coverage.
CONTRACT4R:
�,, �on�rc.c.�w+CS By; ra �oa
Campany ( lease Prir�t)
�
S�gnature. � �
� • .'`�
Address �
��jQ 1 owar �j� Title: k'r�s� d►e.tin�"
Kl � ' � o -
CitylStatelZip (Piease Print)
THE STATE OF TEXAS
COUNTY �F TARRANT
§
§
BEFOR� M�, t�e undersigned authority, on this day personally appeared
`,� , known to me to be the person whose name
is subscribe to the fare �oing instrument, and acknawle�ged to me that h�lshe exeeuted
the same as the act and deed of w�r,� s r'� r��o_ � h� for the
purposes and aonsideration fherein expres ed and in the capaci#y ti�erein stated.
GiVEN UNDER MY HAND AND SEAI.OF OFFICE this , ���� cEay of
- - �ux � �uav�tQ
NotaTy Puhlfa, St�lo of F�K�s
��y Cammis$Eon ��pir�
Aptll 2B, 2U23
_. � '
Notary ub c i and for ti�e State of Texas
�N� O� SFCiIQ�!
CITY C}t' T'UR7' WORTH
STAIVDARR CONSTRUCT103V SPGCII�TCA'I'ION L]DCUM[:I�TS
l7eviseel Jiily I, 20! l
C]'fY�lIDC S'I'OItM DRAIN IivIPROV�119ENTS
CITY PttOJECT3V0. 100092
oaasao-�
Bt�siness Equity Goat
Pa�e 1 of2
SECTION 00 AS 40
Business �quity Goal
APPLICATION OF �'OLICY
If the total doilar value of the contract is $ I00,000 or more, then a Susin�ss Equity goal is applicable.
A Business Equity Firm refer� to certified Minoriiy-, and/or Womeu-, awned Business En.fcrprises
(MIWBEs).
9 POL�CY STATEMENT
1D It is the polic� af the City af Fojt Worth to ensure the fu11 and ec�uitable pa��icipation af Business Equity
1 i Firrr�s when applica6le, in the procurement of all goods aad servic.es. All requirerr►ents a�nd regulations
12 stated in the City's Business Equity Ordinanee No.25165-10-2021, {replacing Ordinance No. 24534-11-
13 2020 (codif�d at: htrvs:i/codelibrar .amle al.camJcodea/fitworth/latestJftworth acIQ-4-0-2_ 2593) apply to
14 this bid.
15
IG BUSIN�SS EQUITY PRO.�ECT GOAL
17 The City's Business Equity goal on this project is 13 % of the total bid value of the contract (Base bid
18 applies do Parks and Community Services).
19
20 METHODS TD COMPLX WITH THE GUAL
21 On City co.nt�•acts where a Business Ec�uity Goal is applied, offerors are required to camply with the City's
22 Business Equity Qrdat�ance by meeting ar exceeding the above stated goal or otherwise comply with the
23 o�•dinance through one of the following methods: 1. Commercially usefui services perforrued by a
24 Business Equi�y prime contractae�, �. Business Equity subcontractiqg participati.on, 3. Combinafion
25 of Business Equity prime services and Business Equity sabeontracNn� participation, 4. Business
26 Equity Joini Venture/Mentor-Protege nartieipation, 5. Gogd Faith Effort dacurn�ntafion, or 6.
27 Prime can.trattor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 App[icable docume�ts (listed b.elow) rnust be received by the Purchasin.g Division, OR the o�'ferar shall
3I �MAIL the Susiness Equity documentation to #he assigned City af Fort Worth Project Manager or
32 Depa��tment Designee. Docume�ts are to be received no later than 2:00 p.m., on thQ third City
33 bnsiness day after the bid ppeniung date, �xclusive of the bid opening date.
34
35 Tlie Offerar must submit one or more af tl�e follp�nring dacuments:
36 l. LTtilizatian Form and Letter(s) of Intent, if the goal is tnet or exceeded;
37 2. Good Faith Effort Form and Uiilization Form, including supporting documentation, if
38 participation is less than. stated gaal, ar no Business Equity parficipatian [s accomplished;
39 3. Prime Contractor Waiver �orm, �ncluding supporting documentation, if the Offeror will perform
4fl all subcontracting/supplier oppoi�utiities; or
41 4. .7oint Veniure/Mentar-Proteg� For�, if goal is mei or exceeded �ith a Joint Ventu�•e or Men#or-
42 ProtegL participatian.
43
�4A These forms ean be found at:
45 Eusiness Equity Utilizatinn Form and Letter of Intent
4G https://apps_fortwor�htexas. o�jectRc:�our��slResourc;esP16D - NIWB�;IBusine�s Equ.ity Utilization
47 Form DVIN 2022 23a32._ 4.�](�f
48
49 '
CITY OF FORT W012TH CITYWIDE ST�RM DI�A1N 1MPROV�M�NTS
S'I'ANDARD CbN�TRUC`fION SPECIFICATION DOCUM�.NTS CITY PROIECT NO. ] 00042
Revisetl Octo6er 27, 2021
oaasao-a
Business Equity Goal
Page 2 of 2
Letter of Intent
https:/la�r�,fortworthr�x�•�Yro'c..,tlte�ource:/it��ource.P/fi� - MW13r.rL.e�cer o� Intent�DV]N
202i.naf
4
5 Business Equity Go.od �'aith Effort Form
G htt s;lla s.f�rtwoi ch`' _ ,, 'PruiectR�aUure..,.�IResourcesP/60 � MWBL,Good � a�th Ei�orl
7 Form llVIN 2022.nr':
8 �
9 Business Equity Prime Contrackor Wa�ver� Forrri
10 htk�s:/lapps.fartr:orti�texas.�ovli'roJec.tResourr.es/Rt-�ourf.�s�/bu - MWB� �MVJBE Prirne Cont►aciva•
1 j Waiver-2203 I3.pdf
12
13
I4
15
16
!7
18
19
2U
21
22
23
24
25
26
27
28
29
30
3l
Business Equiiy .loint Venture Form
htt ,.rla r.f�r[worthtexa�. wrPr �c.:iRe��urc��/R�;�our�,esP164 - MWBL'IMW1�E Iain�t
�enture 2�0?�S.pdf
FAILiTRE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WII.L
RESi1LT IN THE BIDDER/OFFER�R BEING DECLAR�D NON-RESPONSN� r�ND THE BID
RE.IECTED.
FAILURE TO SUBMI'T THE RE UIRED BUSIN�SS E UTY DOCUM�NTATION OR OTIi�RWISE
COMPI,Y WITH THE ORDINANCE W1LL RESUi,T IN THE BID BEING D�CLARED NON-
RESPONSIV� TH� B�D REdECTED AND MAY SUSJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Divisian o#' the Departmenf of Diversity and
L►clusion at (81i) 392-2674.
END OF S�CTION
CTTY OF FORT WORTH
STANDARd CO1dSTRUCT�ON SPECITICATION BOG�IMENTS
Revised October 27, 2021
CITYUVID� STORM BRAIN IMPROVBMEIVTS
CITY PRO]ECT MO. I 00092
aos�a3-i
Agreement
Page I o1'6
s�e�ion� oo sa �s
AGREEMENT
TH�S AGR��MENT, au�llorized on 06/28/2022 , is made 6y and between the City of Fort
Wflrth, a'I'exas home rule municipalit}+, acting by and through its duly authorized City Manager,
("City"}, and Woody Contraetors, Inc. ,
authorized to do business in Texas, acting by and through its duly authorized �•epresentativ�,
{"Contractor"}. Ciiy and Contt•actar may jointly be eefei-i•ed to as Yarties.
City and Contractor, in consideration of the mutua] covenants hereinafter s�t foi�h, agree as
follows:
ArtieTe 1. WORK
Contractnr shall complete all Wor� as specifed or ind�cated in the Cant��act Documents for ihe
Project identifed herein.
Articic 2. PRO.IECT
The project for whioh the Work undej� the Contract Docuinents may be f.he whole or only a part is
generally described as follows:
CITYWID� S`I'ORM DRAIN IMPROVEMEIVTS
Ci Pro'ect Numbei• 10�092
Artic�e 3. CONTRACT PRICE
City agrees to pay Can�•actor for performance of the WorEc in accardance with tl�e Contract
Documents an arz�ount, in current funds, af Noi to Exceed Twa Million and OO/lU0 Da11Ars
(��,OOO,OU0.001 for initial term and Not To Exeeed Two Million and Op1100 Dollars
�$2,00O,OOU.UO) for eaeh option to renew.
Article 4. CONTRACT TIME
4.1 Final Acceptanee.
The Work shall be eomplete for Fir�ai Acceptance within q30 days after the date �uhen the
Contract Tinne commences to run, as provided in Paragraph 2.0.2 of tlie General Conditions,
p]us auy e�t�nsion thereaf allowed in accordanee with Article 12 of the Genera[
Conditions.
4.2 Liquidaied Dama�es
Contractor recognizes that tame is of the essence fa�� co�npletion of Milestones, if any, and
to achie�e Final Accept�c� of the Work and City and the pubiic will suffer frorn ]oss of
use if the Wnrk is not completed within the time{s) specified in Paragraph 4.1 above. 'I'he
Contractor also reco.gnizes th� delays, expense and diffculties involved in pro�ing in a
legal praceeding, the actual loss suffered by the City if the Wark is not completed on
time. Acco�•dingly, instead of requiring any such proaf, Cantractor agrees ihat a�
liquidated damages for defay (but not as a penalty}, Contractor shall pay City Three
Hu�dred Sev�nfy-Five and 00/10� Dollars (�315•00) For each day that expires after tEle
time specified in Paragraph 4.1 for Final Acce�atance until ihe City issues the F'inal Letter
of Acceptance.
CITY OF FORT WOItTH CITYWIE]E STpRM DRAIN IMPROVE34ICNT5
STANDARD CONSTRUC�'IQN SYECIFICATION DOC(IivILNTS CITY PROdECT NO, 100D92
Revised 11/23/202f
ooszaa-x
Agreement
Pagc 2 oF6
Article 5. CONTRACT DOCLiMENTS
5.1 CONTENTS:
A. The Contract Documents which comprise the entit'� agreement between City anc3
Contractor coneerning the Work cansist of the fajlowing:
1. This Agreement.
2. Attachm�nts to this Agreement:
a. Bid Fot•rr►
1) Praposai Foz•m
2} Vendor Campliance ta State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (projeci speci�c)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Pay:ment Bond
e. Performance Band
f. Maintenance Bond
g. Power of Attorney for the �onds
h. Worker's Compensation Affidavil
i. MBE and/ar SBE Utilization Form
3. General Conditions.
4. Supplementary Co�ditions.
S. Specifications specifically made a pai�t of the Cont�'act Documents by atiachment
or, if not attached, as incorporated by ��eference and descj•ibed in the Table af
Cantents of the Prnject's Contract Documents.
6. Dra�+ings.
7. Addenda.
8. Docuenentatio�n submitted by Contractor prior to Notice of Award.
9. The following which may !�e delivered ar issued after the Effective Date of the
Agreement and, if issued, become an incorpprated part of the Contract Dacuments:
a. Notice ta Proceed.
b. Fi�ld �rders.
c. Change Orders.
d. Letter of Fina1 Acceptanee.
Article 6. INDEMNZFICATION
L2 Contraetor covenants and agrees ta indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arisi�g out af, or alleged ta airiise out af, the work and services to bc performed
by the cantractar, its offcers, agents, employees, subcontractors, ficenses ar invitees
under this cantracE. This indemni�iCation provisian is sqeCifcally intended to oAerate
and be effective even if it is allege+d or roven that all or some of the dama�es beiug
sot��ht were caused, in whole or i_ n �� a� rt, bv any act, �omission or negiigence of t�te citv.
This indeinnity provision is intended to include, vvitthout limi#ation, indemnity for
costs, eapenses and legal fees ineurred by the city in defendin� against such claims and
caases of actions.
C1TY OF FORT WORTH C17'YWIDE STORIIYE DRAIl�i IMPROV�NI�NTS
STANDAR➢ CONSTRE7C"1'ION SPECIFICATI01�1 DdCUM�N'I'S CITY PR07ECT 1�0, 10a092
Revised I 1l23J2021
005243-3
Agreement
Page 3 of6
6.2 Contractor covenants and agrees to indemnify and hoId har�nless, at ifs own expense,
the city, its of�ieers, servants and empioyees, from and against any and all lass, damage
or destruciion o� praperLy of the city, arising out of, or al2eged to ar�se out of, the worl�
and ser�ices to be perfarmed by the tontractar, its ofiicers, agents, emptoyees,
subcontractors, licepsees or invitees under this contrack Th�is indemnificatian
rovision is s eeif"rcall intended to o erate and be effective even if it is alle ed or
proven that all or same of tl�e dama�es being sought were caused. in wl�ole or,in nart,
bv an� act, omission ar ne�ligence of t�e city.
Article 7. MISCELLANEOIIS
7.1 Terins.
Terms used in this A�-eement which are de�n�d in Article ] of the Gen�ral Conditions will
ha�e t#�e meanings indicated in the General Canditions.
7.2 Assignment of Contract.
This Agreement, including aII of ihe Cantraet Documents may nat be ass�gned by the
Con�actor withaut the advan.ced express written cat�sezat of the City.
7.3 Successors and Assigns.
City and Contracto�• each binds itself, its pai�tners, successors, assigns and lagal
representatives to the othe�• pas•ty hereto, in respect to aIl covenants, agreements and
obligations contained in the Contt•act Docurnents.
7.4 SeverabilitylNan-Waive�' of Claiins.
Any provision or part of t11e Cont�•act Doc�ments held to 6e uncanstitutianal, vnid or
unenfoi�ceable by a cout� of cornpetent jurisdiction shall be deemed stricken, and aii
remaining pr�visions shall eontinue ta be valid and bindrng upon City and Contractor.
The failuee of Ciiy or Conti•actox• to insist upon the performance of any te�•m or pro�ision of
this Agreement or to exercise ai�y right granted herein snall not constitute a waiver of City's
or Confractor's respective eight to insist upon appz�opriate pei•formance o�• to assert any such
eight an any future pccasion.
7.S Gave��ning Law and Venue.
This Agreement, including all of �he Contract Documents is pe��%rmabEe in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Coui•t for the
Northern Dist��ict of Texas, F�rt Worth Division.
7.6 Authority t� Sign.
Contractor shall ai�ach evidence of auYhority ta sign Agreement if signed by someone oti�er
lhan the duly authorized si�natory of the Contractoz�.
7.7 Non-apprapriation of Funds.
In the event no funds ar insuf�cient funds are appropriated by City in any fiscal periad far
any paytnents due hereunder, City will notify Vendor of such a�ecurrence and tihis
Agreemeni shall terminate on the last day of the fiscal periad fpr which appropriations we�•e
received without penalty or expense to City of any kind whatsoevar, except as to the
portions of the payments herein agreed upon for which funds have been appropriated.
C1TY OP FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS
STANDARD CONSTE2UCTION SPECIFICAT30N DqCUM�.I�TS C1TY PROTECT NQ, lOaQ92
Revised 1 1/23/2021
005243-A
Agreement
Page 4 of`G
7.8 Prohibition On Contraets 1�Vith Companies Baycotting Is�•ael.
Contractor, unless a sole proprietor, �cicnowledges that in accordance with Chapter 2271 of
the Texas Gov�rnment Code, if Contractor has 1D or more full iime-employees and the
coniraet value is $100,000 or more, fihe City is prohibited from entering inta a contract with
a compar�y for goods ar services unless the contract con#ains a written verification fi•om the
company that it: (1) does noi baycott Israel; and (2) will not boycott Israel during the term
of the contt•act. The te�ms "baycott Israel" and "campany" shall ha�e the rrieanings
ascrihed ta those terms in Section 808.001 af the Texas Government Code. By signing this
contract, Contractor certifies that Contractor's signature provic�es writte�t
veri�cation tn the City that if Chapter 2271, Texas Governrnent Code applies,
Contractar: (1) does not boycott Xsrael; and (�) will not baycott Israel during �he ter�n
of the contract.
79 Prohibition on Boycotting Eneigy Campanies.
Contractor acicnowledges that jn accordance with Chapter 2274 of the Texas Government
Cod�-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited fi'om
entering into a contract fo�• goods or se�vices that has a �alue of $100,000 or more, which
wijl be paid wholly or partly from pui�lic funds of the City, with a cosnpany (with 1D oi�
tnare fulj-time e�nployees) unless the con�•act cantains a written verification from the
cainpany that it: {1} does not boycott energy compat�ies; and (2) will not boycott energy
companies during �e term af the contract. The terms "boycott energy compa.ny" and
"company" have th�; rneaning ascribed to those terms by Chapter 2274 of the Texas
Gavernment Cade (as added by Acts 2021,. 87th Leg., R.S., S.B. 13, § 2). To the egtent
that Chapter 22i4 of the Governmeut Code is applicable to this Agreement, �y
signing this A�reement, Contractor certi�ies fhat Contractor°s signature provides
writEen verification to the City that Contractor: (1) does nnt hoycoEt energy
companies; and (2) will not boycott energy cnmganies during the term of t�t�s
Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Cont�•actar acicnowledges fhat except as otherwise provided 6y Chapter 2274 of the Texas
Government Cade (as added by Acts 2021, 87#h Leg., R.S., S.B. 19, § I), the Gity is
prohi6ited fi•om e.ntering into a cont�•act for goods ar services that has a va.lue of $100,Op0
or more vvhich will be paid whally or pat�tly from public funds of the City, witli a campany
(with 10 or more full�time ernployees) unless tk�e contract contains a written verifcation
fi•om the campany that it: {I) cEaes not have a practiee, policy, guidance, or directive that
discriminates against a iirearm entity flr firearm trade association; and (2) will nnt
discrirninate during the ter�n of t,�e contract against a ftreat�n entity or ficeartn trad.e
association. The terma `�discriminate," "firearm entity" �rid "firearm t��ade aSSOC1at10i1"
have tha meaning ascribed to those terms by Chapter 2274 af the Texas Government Code
(as added by Acts 2021, 87th Leg., R.S., S.B. I9, § 1). To tlie extent that Chapter 2�74
of the Government Code is applicable to t�i� Agreement, by signing this Agreement,
Contractor certafies that Contractor's signature provides writEen �erification to the
City that ConEraeYor: (1} does not have a practice, policy, guidance, or directi�e that
discriminates againat a firearm eutity or firearm trad� association; and (�) wi11 not
discriminate against a firearm entity ar firearm Erade assaciation durin� the term af
this Agreement.
C1TY OF FORT WORTH CITYWIDE STORNf D�2AQ+I IIt4PRdV�MBN'I"S
ST:4]�IDARD CONBTRIJCTIdN SP�CIFICATION DQCLTMEN"I'S CITY PR07&CT Np. 100D92
Revised 1 U2312021
Op5243-5
Agreement
Page 5 of6
7.11 Immigration Nationaliiy Act.
Contractor shall ver3fy the identity and erriployment eligibility af its employees who
perfortn work under this Agreenient, including cn�npleting the Employment Eligibility
Verification Faf-m (T-g). Upon rac�uest by Gity, Contractor shall provide City with copies of
alI I-9 forms and supporting eligibility documentatiot� for each empIoyee wha p�rfarms
worlc under ihis Agreement. Contractor shall adhece to all Federal and State laws as well as
establish app�opriate procedures and cont��ols so that no services wlll be pel�for•med by any
Contractor empiny�e who is not legally eligible to perform such services.
CONTRACTOR SHALL INDEMNIFY CITY AND HOLD C�TY HARMLESS
�'ROM ANY PENALTIES, LIABILITIES, 4R LOSSES DL]E TO V�OLATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'ra. EMPLO�EES,
SUECONTRACTORS, AGENTS, OR LIC�NSEES. City, upon vvritten natice to
Contractor, shal] have the f•ight to immediately terminate this Ageement for violations af
this provision by Contraetor.
7.12 No Third-Party Beneficiaries,
This Agreament gives na rights or bene�its to anyone o#�er than tl�e City and the Conri•actot•
and there are rao third-party beneficia�•ies,
7,13 No Cause of Action Against Engineer.
Cont�•actor, its subcont�•actors and equipment and inateri�Is suppliers on the PRQ,IECT or their
sur��ias, shall rnaintain no direct action against tl�e Engineer, its of#lcers, einplaye�,s, and
subcontractars, foe any claim arising out of, in contiection with, ar resulting fram the
engineea'ing ser�ices performed. Only the Ciiy wil[ be the beneficia�y of an� undetfiaking by
the Enginee��. T`he presence or duties of tite Engineer's persormel at a construction site,
v,�h�ther as an-site repj-esentatives or otherwise, do not make the Engineer or its personnel
in any way respansible far those duties that belong to tf�e City and/o�• the City's construction
contractors oi• other entities, and do not relieve the constructian contractors or �ny other
entity oi their obligatians, duties, and eesponsibilities, ineluding, but not limited to, all
construction methods, means, techniques, sequences, and prncedures necessary fo�•
coordinating and completing all partions of the construction work in accordance with tE�e
Contraet D�cuments anrl any heafth pr safety precautions required by such construction
wor[c. `Fha Engineer and its personnel have no authority to exercise any control over any
canstruction cantt•actar pe other entity at• their employees in connection with t]ieir work or
an� health or safety precautions.
CITY OP PORT WORTH CITYWIDE 5TbRM �RAEN IMPROVSMT�NTS
STANDARD CONSTRLTCT70N SFEGIFICATION DDC[]MBNTS C[TY PROdEC7'?�IO. 100092
Revised l 1l23/2a21
Ofl 52 43 - G
Agreemsnl
Page G oF 6
FN WI'IN�SS WIILREO�', City and Con�iactor have eaclt executed this Agree�uet�t to be
effectiue as of tlie daie sttbscribed by tiie City's desig�iated Assista�it CiYy Ma��age�• ("Effective
Date").
Co�itracto�•:
By:
:�' -
Si�i�ature
Troy Woody
(Priuted Natate)
PRESIDENT
�'it�B
650 ��W�R DR.
Address
KENiVEDAL�, TEXAS, 76060
CitylStatelZip
City of Fort Wortli
By:
Dana Burgixclofi'
Assistant City Manage�•
Date
/�.�ES�:
Jannette Gaodall, City Secreta�y
(Seal}
JulB, 2022 M&C; 2z'0524
Date Date: 06/28/2022
Form I295 Na.; 2022-�92750
Contract Conipliance Manag�r:
By sig�ing, [ acl<nawledge tl�at Y am the peE•s4n
responsible f�r the xno�iitoring and
adEiiinistration of this coaitract, iz�cfud'uig
• ensuring all pei�farmance at�d x•e�orting
i�equirements.
. �����
Michael Wellbanm, PE
Project Mauager
GITY OF PORT WORTH
STAI+iDAItD COI+ISTRUCTION Si�ECICiCATlON DOCUMEiVTS
f�evised IIf2312021
Appraved as to For�n and Legality:
Doiigtas W. Blacic
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Williain Johnsan, Director
Trauspartatioii & Aublic Works Depaitiuent
CITYWIDE STORM DRA[N IMP2DVEMSNTS
CIl'Y 1'ROdEL'1't�ID, LOD092
006] f3-1
PERFORMA�[C� BDNi7
Pagc l nf3
2
3
�
5
G
7
S
7
IO
11
12
13
14
IS
1G
I7
T�YE S'�ATE OF �EXAS
COUNTY OF TARI�ANT
I3on;cE No. K4D2019I9
S�CTiON Qp 69 �f3
P�RFORMANCEBOND
§
� Z{NO'VV ALL BY THESE �It�S�NTS:
§
Tha� we, __ Waody Contractors, Inc,
knaw�� as
"Principal" here�n arxd Vigilant Insurance Company a carporate
surety(suraties, if more �:��an or�e) duly authorized to dn business in tlze State of Texas, luzawn as
`°�ure�y„ itere�a (w�iether one or mote), at�e held and �r.mly bound unto t[�e Ciiy of�ort Wai�th, a
iiYunicipa! �orparation craaied pursuant to the faws of'I'exas, tcnnwn �s "City" het�ein, in th� pen�l
s�rm of Two N1Tii�ion Dpllars ($2,400 00�.00) for the init[al term and 'l�vn N,Cillyoq D�llars
($2,40QADO.UO) fof• any optional renewal terans, lawful �noney afthe C7ni�i States, to be paid in
Rort Wot�I�, Tarrant County, Texas for tho payfnent ofwhich su;tn wall and trUly tn b� made, vv�
6ind ours�Eves, our hBii�s, axacufol•s, administrators, successors aqd assigns, jointiy ar►� severally,
firmly by l�hase presenks.
WH�I�AS, the Prinaipal has ea�t�xed into a cei�tain writte�x contraat with ths City
18 awarded the 2$ day of�—_- 7UNE, , 202._? . whieh ConirAct is here6y ��nfexrecl to and
� 9 made a pari� h�re�f for �!I pu�•pases as i� f�lly sEt farth f�at•ein, tq furiiis�� aIl rnatariafs, equipme�tt
20 fabor and other accessaries defined by law, in the prosecutian o�tf�e Worlc, including any Change
21
za
23
24
Orders, as pro�vided for in said Contract designatad as CITYW[DE �TOIiM DRA1N
IMPROVEMENT� CI Pro'eot Number 100692
N�'W, TH�It�FQRE, tlte aon.cf ition of this obiigatifln is such that if the said Pi•i�acipal
sh�.Il faitiifuily perfarm it obli�atipafs under the Co��Yract atid sha[i iu al! respec�s du[y and
25 faithfuily perform the Warlc, inoluding C[i�uga Orders, utxdor the Cqntr�.ct, accarding ta the plans,
2�i specifications, and cantract documents theroin re%rr�cE to, and as w�l� duri�ig a�y period of
2'1 extansion af th$ Cot�t��act that may be granted on tha part of ihe City, then this obli�atron sha11 b�
28 and beconxe null and �oid, othe��wise tn reai�ain in fii[I force and ef%ct.
29
30
3!
�'�tOVIA�D rURTH�R, that 3f a��y le�al actia�x be �lad otY this Bo��d, venue shall Iie i�i
Tarra�if Couuty, Texas vr il�e Uuited Staies Distriot Cout�t for the Northern bistrict of Texas, Fo�t
Wql'��1 Divisipn,
CITYOC k�OI�T WORTI-E CITYW[dE 5T'O�tM DRA1N IMPROV�M$NT5
STANDAI�T] CQNS7"RUCTFDN SFHC[F[CAT]ON DOGUM�NTS C[TY PR07ECT N0. L00092
Reviscd luly 1, 2Ul t
fl0 61 l3 -2
PERFqRMA1VC� SONp
PAg� 2 of 3
1 Tl�is band is mada and e�ecuted in conipliance with the pravisiosis of Chapter 2253 of the
2 Taxas Ciavarnment Codo, as anna�ided, and all liabilities on this bond shai! be detecmined in
� accordanca with tha provisi�ne of said �tatue.
4� �N W�TNGSS WH��EOIi', the �rincipAl mud i�e Surety have STGNED and SEALLb
5 th�s instrument by duiy authorized agents and a�ficers aa� this the 7�' day af. r�'�Y
6 , 20 2z .
7
$
9
ia
11
12
13
14
15
16
17
is
19
20
z�
22
23
24
ZS
�6
27
28
29
30
31
�2
33
34
35
36
37
38
39
4D
41
�2
43
44
45
ATTEST� = � � - �� �
, ,, f.
�' �-• � - _` �,
Pxlnal al Secretat . �
i �) y f ,
,�,
_ -,�
.� {
. ,
_ _� , .
Witne P��inoipal
..
PRINCIPAL;
WoodyCvnkractors, Int.
BY: � - - -�r _
�` -�_-- t�. �.
Sig�frare �+
Troy Woody, Presidenk
Namo and Title
Addressc
650 Tower dri�e
ICennedale, TX 76Q60
SURETY:
Vi�ilant Insurance Gompany
BY:
Si�nahu•e ,����---�-�[
i �
Kyle W. Sweeney, Attnr►�ey-in-Fact
Name and Tlile
Add}�ess:
CITY DF FORT WORTH GiTYW[I7� STOItivl DRAIN IMPnOVEMEI�'L'S
STANDARB C4NSi'RUCTIOiY SP�CIFiCATIDiV DdCUMENTS CiTY P�tOJ6GT NQ. 100092
Ravised luly l, 2011
00 61 13 - 3
P�RFOFtNIANC� Bq�lD
1'ngu 3 of3
�
2
3
5
7
9
10
II
12
13
14
i5
2001 Bryan 5treet, Saite 340q
/ f� � � I7allas, TX 752Q 1
r �_,��, ����G
Witness as to Suretry Telephone Numbe��:
Charles D. Swecney
� � a14-754-0777
'�Nate; If signed by an officer of the Sut�ety Company, the�•e t�tust be an fi18 a ce�tii�ed ex#t�aat
from the by-iaws showing thttk this persvn has authority to sign sucf� nbligaiian. Cf
Surety's physieal address is differeni fi�am its �nailing address, both rnust be provided.
The dates of tlie band shall not be peeor tp #he date the Coiitt•act is awarded.
ctTv o� nanm wot�r�
STANaARD CONSTAi1GTION SPL�CIFICATIQIY DpCUMENT5
liavised July 1, 20I 1
GtlTYWID� STQRNt �RA[N IMPRDVH[vISNTS
CETY PROJ6CT N0. i 00092
00 6l 14 -1
PAYNlENT BON�
Puge [ of 2
so�a No. x4azais�9
n
1
2
3
�
5
6
THG STATE O� T��AS
COUNTY OI+" TARRANT
��CTf�N QO G1 94
PAYM�NT BOND
§
§ KNOVS' ALL BY T�S� PR�S�NTS:
§
'1 Tllat we '�'�oodyContractors, Inc. , �C�1oWn as
$ "Prittcipal" herein, atl(i Vigflant Insurance Gompany a
9 corparate s�rety (sureties), duly auf�vrized �o do business in t�.� �tate of 'I'exas, known as
10 "Surety" herein {vvhethef• one o1• ttzare), are held and fiimly hound unta ti�e Ciry of Fort Worth, a
L 1 municipal corporaiion created purs�ta�t to fhe laws of the Sfate af Te�cas, knotrrn as "City" herein,
l2 i�i th� pe�xal snuz� af Two NXillian� Dallars ($�.UOa,D�O.Ob) fa�� the initiat term and Two 1VXillion
l3 Dollars ($2�000 000.00) for any opt�ona� re�aewal terms, lawful inoney of the United States, tp be
1� pa�d in I�art Worih, Tarrant County, Texas, for th� payrt�ent of which sum well and truiy be inade,
l5 we bind ourselves, our heirs, exe�utors, ad�ninist��ators, successars and assigns, jaintly �nd
16 sevarally, �r�nly by these presents;
17 WH�R�AS: Prinoipal has enterod iuto a certain wriEte�j Cantr�of vvith City, awarded the
i$ 28 day af _ JCINE , 20 22 , which Contraat is f�ereby referred to and
19 mada a part hereof for al! purposes as if iully set iorth herein, to furnish all mat�riafs, equipment,
20 labvr and other acaessaries as defined by Law, Jl3 �I16 pi'4SBCi1tIp11 O� �F1� W01'�C aS j71'OV1CI�i� �01� iii
21 sald Con�ract and dasignated as CITYWIDE STORM DRA,iN TMPROVEMENTS, Ctty Pt�oject
22 �u�nber 1OD092.
23 NOW, TH��I+'OR�, THE CONDITI�N OF THIS O�LIGATION ls such that iF
Z4 Pe�ncipal shall pay a!l monies owing tv any (a��d afi) pa�+rnent bond 6eneficiary (as defineti in
25 Chapier 2253 of the Texas Gover��mept Gode, as amended) iit tl�e prasecutio�� nf the Woric under
26 the Contract, then this vblig�.tian shall �e a�d beaamc null and void; atherwise ko remair� in full
27 forae a�d e�ect.
28 T.his bond is made and execu��d in connpliance wiih the pravisions of Ch�pter 2253 oiihe
29 Texas Government Cpde, as arnended, and all liabilities on this bond shal! be cfetermiued in
3Q accordai�ce wit� the pravisians af sflid statute.
3I
GITY Or TQRT WOItTH
STAl�EDAnD CONSTRUCTION SPEClffCAT10�V DaCUMENTS
ltev{sed July l, 2Q11
G1TY W f Q� STQiiM DRAiN lMPROVEivaENTS
CiTY PAolECT 1`Io. I 00092
006[ !4-z
PAYMEN'f BOND
Ppga 2 of2
�
2
3
�
5
G
7
8
9
14
11
iz
iN WI`X'NCSS W-TiC+F�OI+', tite princip�! and Sut�ety Iia�va each SIGNE�7 and SEA�,BD
this instru�na�st by duly au#harized agents
_ Tuly , 20z2
ATT�ST� - � �
.�
,
r
- �,_. ,. -
�. �- �f� ,..--_�`
(Principal} Sec[�etary '
�
, (
. L
• !
Wltness s � rincipai �
ATT�S�':
1��9.9a�-f'r-.1"61: �.ki�11..9�
(�u�'oty} �ocretary
��1 l
+�'L. f -E� v -
Wltttess a8 Co Sul'6ty Charles D. Swee� y ��
and off�cers o1� tl�is iile 7� � ciay of
,
PTt1N'CIPAL;
� WoodyContractors, Inc.
Z3Y: i '� ��
�gna ure�
�,_
Trny Woady, President •
Nan�e a�id Title
Add��ss: 65p'1'nwer Dxive
ICennedaie, TX 760G0
SURETY:
Vigilant insutance Company
BY;
Signa i
Kyle W. Sweeney, Attarney-in-Fact
Narne and Titte
Address: 200i Iiryan Street, Suite 3400
Dal as, X 75201
Tele�fion� Nuinbor; z�4-754-0777
Nat�: If signed �iy an oCfice�• of the 5prsty, tli�t•e musi ba on �ile n oerti�ied extract froin the
bylar�vs shovving that il�is person has a�ethori�y to sign such abligatlon. If StiE•ety's pliysioa[
�ddress is differenf ftrom its �nailing address, both must be pra�ided.
Tha date of tiia bdRd sh�lf iiot be p���or to t�e date tha Contcaoi is awarded.
�ND UF S�CTI�N
ctrY or ronT won�ri�
STANi7ARD GQNSTRUCTION SPL�CInICAT'IOIV i70CI1M�NTS
ltevisec� 1u1q 1, 20l 1
G[i'YW1D� ST�IZM D[iAiN �MPiiOVEMENTS
GITY P[LOJF,CT I�IO, 1 Qba9z
00 61 l9 - I
MAINTENANCE BOfVD
Puga i pf4
Sond Na. K�k0201919
l
z
3
�
5
6
7
TH� STAT� OF T�XAS
COUNTY OF TARRA�N'�
S�CiION UO B1 99
MAiNT�NANC� �OND
�
§ KNOW A,LL BY T�SE P�tLSENT�:
§
8 . That we Woody Contractnrs> Inc. ,,,_._.. , knawn as
9 "Frincip�l" herein and ._ vig�lanc �zzsurance c�mpany W _�� a corparate surety
10 (sureties, if more than one) duly authaf•ized tn do businass in tli� Sta#e of Texas, [cnown as
I 1 "Surety" here.in (whether ona or mare), are he�d and �rmly boUnd unto the City of Fart Worth, a
!2 munieipal caxporatian creat�d pursuane Ya the laws of i�e State of Texas, [cctown as "�ity" herein,
13 in the se�m of Two Million Doliars ($�.OQ0.000.00) for the itrltia� tet•m and '�`vvo Mi[l�on Dollars
14 ($2�UOO,ODQ.0.0) far any optional renewal terms, lawful mon�y of the Unitad States, to �e paid i��
1S Fort Warth, Tarrant Cpuniy, Texas, for paymant ofwhich sum we11 and fruly bg mado unto the
iG City and its successvrs,we bind ourselves, aur heirs, executors, administrato�•s, successars and
17 assigns, jvintly and saverally, fi��mly by thss� preset��s,
18
i9 WHER�AS, ihe Princigal has entered into a cer�ain written contract wi�h the City awarcled
ZO the 2S day of ----- ----- �UNE----- ---, 2D 22 , whiah Contract is he�•eby
21 referred to and a mada part heseai ior all purposes as if ftilly set forth Iierein, to furnisl� al1.
22 qiaterials, equipment labor and other accessorles as de�ned by lar�r, in f�e pros�aution of the
23 Wot�k, inc�uding any Worit rasulting fi�om a daIy authorized Cl�an�e Order (collect�vely harein,
2�4 fhe "�Vork") as provided for in said eaniracE and desigiiated as CITYiWIDE STORM DIiAIN
25 IMPROVEMENTS, Cit�yprojectNumber 10�092__; and
2G
2'1 'WH�REAS, Principal binds itsalf ta use suah msteri�.Is and #o so construct ths Wark itx
28 accordan.ca with the pfans, speci�ca�inns and Cantc�act Docucnents t�.at the Wark is at�d will
29 remain €ree f�•om defects in materials ar vsrorlunanship far and du�•ing the geriod af hvo (�) years
3� after the date oi�inal Aaceptance of the Wark by the City ("Mair�tenatice Period"); and
31
32 WH�REAS, Pi•incipal bi�ids itself fo repair or recottstruct tha Work in whoi� or in par�
33 upon reaei�iiig notice fram tE�� Cify nfthe need the;refor at any tlmo withii� �he Maintenance
34 Period.
CI'I'Y DF FQR7' WORTH CITYWIDE STqRM bRAll�! 1MPROVBMEi�TS
STANDART7 C�TlS'f2UCTfON SPfiC[CICATiON Dl7CUMCsNTS CITY PROJECT N0, 100042
I�cvised July I, 201I
006[ i9-2
MAINT�NANC� BOND
Pug� 2 af 4
1
z
3
4
5
6
NOW T[IEREFO�, Yhe condition of this obl.igati�n is such �liat if PrinciPal sha,l!
remsdy any de%ctive Wo��k, for vahich tfinely notice was pravided by City, ta a aonnpietion
satisfactory to the City, Yhen this obligatian shalI beaome nuil and void; nthervFrise ta remain in
fulf farca and effeot.
7 P�,20VIDED, HOVV�V�R, i#' Principa! s�xall fail sp to repaie or r�construat any timaly
8 noficed defeativ� Work, it is agreed that the Gity may cause at�� a»d all such defeotive Work to
9 be r�paired and/or z•econstructed with ali assaciatetl cas�s thereof being borne by the �einaipa[ and
10 the Sui°e#y under thls MaintCuance bortd; and
lI
12 FROV�DED �`URTHER, that if any legal aation be �led pn this Bond, venue shall ll� in
13 Tarratit County, Texas or tlte Ui�ifed States District Court %r the Nartl�ern District of Texas, �ort
1� Wortii Divisian; and
15
IG PItOVII]�D FURTHC�, that this obligatian shall be cantinuous in nature and
17 successive racoveries �nay be had hereon for sr�ccessive breaches,
1$
19
20
G[TY OP FORT WOKTC�i Cl'fYW[I7� 57'ORM pRAIN Rv1PItpVEMET3T5
STAN[3ARD CQhI5'1`AUCTI011 SP6CIFTGAT[OiV �OCUMENTS CirY PROJECTNQ, 1pQp92
Revised J'uly 1, 20I!
04bi f9-3
MAtNTE�fANC� BDNO
Pngu 3 of 4
�
2
3
Y
J
6
7
$
�
10
11
12
�3
�4
I5
1G
17
18
14
24
21
22
2�
24
25
26
z�
zs
29
30
31
32
33
3A�
35
35
37
38
39
40
41
4x
�3
44
45
�6
�k7
IN WITN�SS W���OT, tlie Principal aiid ihs Su��ety ha�ve each SIGNBD and 5&ALSD tE�is
ins�tme�it by dnly authorized a�enis and of�cers on fhis the ��h day of 1u�Y
ZO 2',�.
ATTEST� �� �- � i
�
� - -
�-�— ''— -- - i -'� `' ,- •�—
{1'rincipal} Secretary �
r. •�� �
� - .
'VSfitness ac r incipal
AT'I'EST:
'�C�-as�_1'�l- �.4�-S.s�J1�9f
(Si�rety) Secretaty
0
PRINCIPAL:
Woody Contractors, inc.
�,�.. — .,—._.
_ , _-
_ J-�
' ,� -
BY; �. � �
Signature
Tro 1Noody, Ptcsident
Name ansi TiYfe
Address;
654'I`ower Drive
TCennedale, TX 76D60
SUR�TY:
Vigilant Insi�rance Company
BY;
_ '
Signature �� '
_ t�G .
�._
Kyle W. 5weeney, Attorney-in-Pact
Name and Title��. ,
Address:
2�0! Bryan 5treet, SuEte 3400
Dallas, `CX 752� 1 ,
CTTY Or f OI�T WDRTI-1
57'AirlC?AnD CONSTRIfCTION SPBCII�ICATiOiV DOCUMENTS
n�v�5�d���y �,za►i
CITYWIb� STpRM DnAIN IMPROVEfv�6NT5
CITY Pi�Q1ECT N[0. 100092
00 b] !9 -q
MAiN7�NAiVCE BQND
° �' � Page 4 ofA
f �
2 Wltness ss tv Surei.y • 1��� �$ Tele lxo:ne
p N�inber:
3 Cha�[es D, Sweeney 214-754-U77i
�
5 *Note: Ii signad by ai� offiae�� of t�n S�rety Co�npany, thal•e tr�ust �e an fi[e a carti�ed extract
6 irora the by-laws shawin� tfaat this person has authority to sign such oGligation. If
7 Suraty's physical address is di#'Ferent fi�om its mailing address, bpth nriusi be provided.
8 The date of the bond shal! not 6e prior to thv date the Cnntraot is awarded.
CiTY 4F FOR'T WORTH C17'YW[D� STORM T�ItAM [MPROVEMENTS
STAI�DA�i� CQ7�45TRUCTION SPaC1i�ICATION DOCUMENTS C[TY PRpJ�CT NO. 1Q0692
Ravised �fu[y l, 2011
Policyholde�' Informafion IVotice
IMPQRTANT N�TICE
To obtain inforn�ar�on o�• maice a cor�plaint:
You �r�ay call Chuhb's toil- free telephone number
fox• information or to matce a complaizit at
�-500-3fi-CNUBB
Yau may contact the Texas Department of
Insu�•ance to obtain inforrnatio� on companies,
ca�erages, zzghts or coz�nplaints at
y �&00-252-3�439
You may wzite the Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
Web; hCtp:/lwww.tdi.state.tx.us
E-zr�ail; �oz�su�me���•otection@tdi.state.ta�.us
PREMIUM OR CLAIM DlSPUTES:
Sl�ould you hawe 1 clispute coneerning you�• pi�mau�n
or about a clai�� you s�ould contact the agellt first.
Xf Che ciispute is not resoIved, y�u may cantac� �ae
Texas Departament o:f �nsurance,
ATTACH TH1S NOTICE TO YO[1R PULICY.•
This notice �s fa�- in�'ormatioz� a��.ly ancl does na[
become a�art or condition of the aLtached
document.
AI/150 1MPORTANTE
Para Qbtez�er informacion o para sometei• una
queja:
X3sted puede jlamar al n�in7e�o de telefono gratis
de Chubb`s para infnrmacion o pa� a son.leter una
quej a al
�-8DD-36-CHUBB
Pueda comunicarse con el Depa�-taznento de
Segur�s de'�exas para abtener infozznaci6n acerca
de co�npan�as, coberturas, derechos o quejas al
1-80Q-252-3439
Puede escribir al Departame�to d� �eguros de
Te�cas
P.O. B ax 149104
Austin, TX 78714-9xa4
�.A.X # {512) 475� 177 ]
Web: hitp://www.tdi.state.tx.us
E-mail: Consumer�roteetion@tdi.state.lx.us
DISPU7AS SOBRL' PRIMAS D REC[.AMOS:
Si tiene una disputa concerniente a su pzixna o a un
�ecla�nn:o, debe con�unica�se con e� agente p��irne�-o.
Si no se resueve la disputa, pi�ede entoiaces
carx�unicarse con eI departamento (TDI),
UNA ESTE AVISO A SU POL.IZA:
Este a�vi�o es sola pa�-a p�op6sito de informacion y
i�a se con�uierte en p�rte o condicion del doeun�enio
adjunto.
Form 9)- k 0-D299 i Itcv. I-QR)
Ch�UBB`
Power af Attorney
Cederal Insurarice Company I �igilant Insurance Coinpany � Pacitic Indemnity Company
1Fnow All by Thesc Presnnts, That FdDSRAL 3NSlJRANC6 CONIPANY, an lndiana corparatlo�F, V[GILANT INSURANCE CO�FPANY, a New York curpura[ion, and PACIFIC
IMiI3MNCTSf CDMPANiY, a Wlscansin corpor�tlon, do e:�ch hereby cans�uu�e and appoln� Elizabeth Gray, Charles 0. Sweeney, Kyle W. 5weeney and
Miehael A. 5weerley af Fort Worth, 7exas --_—._..-------�--•--------•--------------------------------------,---•-•__�...-•_•--�---------------------------------------------
each �.s thelr tr¢e and lativFul AttomeyIn-rac[ ta cxecute under si3ch desibmatinn In thelr names aod co a�x thelr corpnrate seals to and deliver fnr and pn tl�eir t�eha[f 7s surcry
there4n ar othe�wfse, �onds and undertak[ngs and nlher �vrllings obliga[or�� i3i the nature �hcreof (o[hrr Ihan balf bonds) �Ivcn or exccuted In the course of business. and any
inslruntents antending or a1EerEng lhe.same, artd consen[s to �tie mudiCc3tion or allentlon of any htscruntenl referred ro I�t said honds o� ot�ligations.
In Witness VV��epeof. s�ld SE�dRAL INSURANCQ COMPAI�EY, V[G]IA�"'I' iN5[1RANC6 CqMPANY, a3td PAGIDIC [NUBMIQITY CAMPANY iiave each exece[ed and aicested thesc
presents and aflixed �iielr corparate seals on [hls I6'" day of September, 2019.
�Qt�.4�3% Ys� • �.J�'\.L9.�LJ�
fkrvrn 11. f;hlcN�rs::�.�,iM:ml5��reui�y
, `� '��� #,�,
� .
SCATl3 OC NL1V j¢IiSL�Y
CountyorE{unterdon
� Y�� ���
tiicphtr 11. I lanc�y, Vice ilrc*�i�Scsit
� ����� ���;
On this !fi°h day o€SeptembeT, 2419, beFure me, a Notary Public of Nciv jersey, personally eame oawn ht. Chloras, tD me known to be Assistan[ Seeretary of I76pBiilsL INS�RAFVCC
CAhIPANY. V[CILANT INSU[LINCG COMPANY, and PACIl�1C IN�L��rfNITY CqAiPAtVY. the coni�anles wh3ch axecuted tlir faregaing Pawer oPA[torney, and the sald Dawn M.
Cftlorps. being 6y �ne duiy sworn, dld depose and say tha[ 51ie Is Asslstanc Secretary of RCDGRAL 1N5URh{VC6 COMPAIVY, VIGILA]VT ENSURAMC4� GdMPANY, nnd nAC[[+[C
lN6EMNITY COhiPANY and knows Ihe corporate seals Cherepf that tqe sa'�Is aflixed [v the Coregaing Potver oF AtlRrney 1re such corporate seals �nd were thereto atlixed by
authprily Df sald Campanles; and that she 5lgned sald C'oiver af Altorney as Assistane Secretary of s7id Companles hy Ilkc audiorlly; anei ihat 513e Is acc�ualnted �vElh S[ephen M.
Flaney, and k�ows hlm ro I�e Vfce President of saic� Companies; and that �he sign�turc of Stephcn M. Haney, suUserll�ed to sald Pa�ver of Attorney is in the genulne handwriting of
5[epl�en M. Hancy, and svas tk�eretosu�scribed Uyauiliorhy ofsaitl Com��anics ai�d In de��o�ieu['s prcgencc.
Notarial5eal
F�or,urr
�i�
pU8�1C
ER
KATHERINE J, AOE[.A4R
NATARY Pl1BL1C OF NEW JER3EY
N4.2316688
Camml9sian Pxp{ros July 1B, 2024
t4A�ryPultlir.
CIIRTfFiCA'1'IQN
Resolutlons adopted by the tlnards af DlreCtors of FIIIJL�EiA1. ]NSURAhCis GO,�[PANY, V 3GIl,AN'C INSl1[ZANCG COMPANY, and PACIPfC 1#V �Eh4NITY PAMPANY on August 30, 2U1G;
"RFSOLY6fl, lhat ihe fRowing anthod�aUans rclxtc to �he execullun. for and on Lehalf of i]ie Cnmpany, u[hnnels, undenakln�.rv, recugil�a�ues, contraas and ailcer wrinen cammtsmenu af ehe Campany
entered Intuln d�cordlnarywursc ofbuslnc� (cucl� a`1Vr€Itai Connni�meni"):
{f] lacl� oiihc ChaEeman, Che Presl�3e�n and Ihe Nrc Preslden�s of tl�eCampanylslicreby uuthodr.�yl tucxeeuleany�Vrl�trnCommllmcnt f8�analonbeltalfufllicCom�any,andcrrlie
scal of 1hc Companyarplhcitvlsc.
(2) Each duly a�no]med altomeyfn�fuct of tl�e Gampany Is IureLy amliodzc�! w execwc any tvrliten Cammltment Cur ar3d un Ixhalf nt the Cnm�y, un�cr the scal a[ lfic Cvm�ny or
afl�envise, to the extens tharsud� actlon Is audiorlxecl by d�e�raiu uf powers pravldedTnr In suci� person's wrirten appoimment ussucl� aitarnny.indatt.
4�! L=acli of Ihe Clialrman. Ihe Presl�en[ arsd Ihe 1'ire Prcal�len�s uT �IieCam�nyishernl�y�u�hurl;�ecl,farandan 6cfwlfoftheComW�Y.toappolntinwdifo� any �n rf�e at�omey
[n•fsct o! Ihe Cum�ny wlth ftill [wtver �indau=hvricy�oexecucc, fo� �tn�I nn Uel�alfoflheCvmpany, undcr �hc scatoflhecompanyorudicnrlse,suchSYducnComnd[menuohloc
Coinpanyasmay6esnetipedlns�echwritrenap{winuumts.wldcltspecl(Iratinnm7yi�ebygenenliypeardassnf 1Yduen C.�mrnhments or lsys�eclOcitWnaf one ormarepart3tular
Wdunn cummhmen�s.
{d1 liaeh oF tiin Clialrman, Ihc i�msldcn[ aud ihe Vlce Preslden[a of Ilte Cumpany Ls hemby nuthorized, Cur and an Ixhakf of IE�u Company, to drleg::te in n�iting lo �ny alkieroTlkcr aCtlic
Cumnuny�lirapdwrltytoex�Yute,Corantioi�bchalf aF Ihe Compnny. uncicr �he Company� snal ur n�hen��ise, s�ch SVduenComm[tmen[soflheCompanynsarespecl0edlusucEa
+vrli[en�cle�iton,w]ilcBspecilir.�cluu may Le by �ucr�l iypeor cla�uT tiVrtnen Cammlimems or hyspecillcatfnnuf�nenrmure�nEculsrLVrinenCommlimenra
(SJ TLeslSnatureof�nyolRccrUrniherpersoncxecuting�nyLVHRcnCUminlimcn[urappoln[mecaoraclef;adonp�rrsuan�to�hisliesalu�ion,andthcseatuflheCantpany,mayUeaRlx�vlby
facslmllc on such IVrfnen Commllmea[ ur writtnnap{wintment or delegatiun.
FUR7kIkItRES01N�4p. Ihat tlic iarego-f� Resolulton shall i:ot lirdctiu�edin6canexc]usives�aicmcntofdiepowcraanrlamisoriryafomtcrs.emplaycesmidnther{xtrsons�a.�ttFnrandunl�el�alCnf
pic Com�ny, and surlt xesolutbn sliall not IIm1i or odecru9sc �irceci ihc.caerrisc ofany aitcli ppwcr nr5utlwrity otltenvlsf validly gnn�i�l or vestcd'
[, Da�vn M, Cl�laros, Assistant Secretary aF�iiDI3RAL fNSllRANCG COAIPANY, V1GfLhtJT INSl1RA�'CG COh1CAtJY. and i'ACIPiC ENDLMN�TY EOMPANY (die "Companles"j do herel�y
certiCy that
@ �he foregoing Resolutlons adopted 6y Ehe Dozrd of Directors oflhe Cvmpanles nre tnie, coreecl snd In full force and efCecr,
(li) the foregoing Power pf Attorney 1S true, correCt ;��td in iiili forcc and effecl.
���� � � � �
GivenundernryliandandscalsafsaidCnmpaniesatR'hltchnuscStatlon,NJ,thi � ��'
��� '�
�' , �.- '�c�w-�--1^�. �V�
"'*"" � fkiwn Il.t:l�lcxcz;.�laslshu�t
fN TH[i LV6iPi` YOU 1VL51I 7'0 VL']t11+Y'li [ti AUI'kIliNTICI'I'Y OF'171f5lSONU 011 N071py US Olr ANY 0"I'i IIiH A1i1'PPLii. PLCAS[i COKfACP US A'r
Telc I:�rsc(�108j9f)J-3�1�'J Rax(�08}9�3•3GSG rm�ll: sutt� �ncLubb.cum
FE0. ViG�p[ {fav, OB•19j
C��t�j����eT'� OF �fA�#�ITII IN�U��l��
nn7H �mMloomYv]
7rB�zozz
7HI5 CER7IF�CATE IS fSSUED AS A NfAT7��i 0� INFORMATION ONLY ANb CpN��RS NO RIGHTS UPDIV TH� CERTIFICATE FiOLD�R. 7H15
CERTIFICATE DOES N(]T AFFIRNEATIVELY OR NEGATN�LY AIN�ND, EXTEND OR ALiER 7W� GOVERAGE AFFORD�p 8Y 7H� POL[CIES
BELOW. TH[S CERTIFlCAT� OF iNSUi�ANCE adE3 NOT COhiSTITUT� A CONTRACT BETWEEN THE lSSI!lIVG INSURER(S], AUTFIQRIZED
REPR�S�N7A'FNE OR PRO�UC�R, ANC? TH� C�FtTIFICATE HOLDER,
1MPORTANT: {f the certi[icate halder !s att A�OITIOKAL INSUR�DI the poNcy{ies} mus# be endorsed. If SUBROGATION IS WAIV�D, subJect to
the kerms and conditlons of the polioy, certain pollcies may requfre an endarsement. A stafement on this certfflcate does not confgr rights to the
certEticate halder in fieu of such endorsement(s). _.__
rRanuc�R
Higginbofham Insurance Agency, lnc.
500 W. 13ti1
Fart Wnrth TX 78102
ir�sua�a
Woody Gontractors, Inc,
85fl Tower Dr,
Kennedale YX 76�80-3012
Michele Lane
:xtt: B17 349-2�
. mlane hi c
INSURI
A ; Texas Mkutu
e : Allmeriaa F
c: The Hanow
o:
�:
41840
22292
COVERAGES C�Ft71�ICATE NUi1A8ER: i910354071 REVi510N NUMBER:
'fHlS IS TO CERTIFY TFfAT THE PQLICIES OF lNSURANC� LISTED 6ELQW HAVE BE�N 15SUER TO TFiE INSURED NAM�D ABOVE FQR THE POLICY PERlO�
INaICRTE�. I�flTWITHSTANqIAIG AIVY REQWREhfiENT, TERM dR CONI7{TION OF ANY CONTRACT OR OTFiER bOCUMENT WITH RE5PECT TO WHICH 7HI5
CE�tTIF1CATE MAY BE ISSUE� OR MAY PER�AIN, TFtE II�SURANCE AFFORDE� 6Y TtiE POLIC[ES ��SCRIBE4 HEREIN IS SUBJECT iQ AL� THE TERMS,
EXClU910NS AIV� CQN�ITIONS OF SUCH POLiCIE$, LIMIFS SHOWN MAY HAVE BEEN ftEpUCEO BY PAI� CLAIMS.
�LTR TYPE OF INSUNANC� ADUL &IFBR pOLICY NUMBER P�l��AY� MMfob �xp LIMITB
G x COMFA�RCIAL G�NHRAL LIA91E.1TY ZLFJ�99581�8-0� 4130I2022 4l3012023 �p�}{ OCCLfRRENCE 31,000,600
CLqIMS•MADE � OCCLIR DA SES Ee �� e S 1Q0 060
X 51,000 F� MEd EXP (Any one person) S f0�,060
PERSC?NAL$A�VINJllRY S1,OQ0,000
GEIJ'L AGGREGA7� l.IIrIIT APPLIES PER: GENERAL AGGREGATE S 2,000,000
POL]CY� jE�7 � LOC PROD€1Ci5-COMPlOPAGC3 52,000,000
OTHER: �
B AU70MOBILELFpBILkTY AIN�935S166Q4 4I3p2622 9l39T2023 ��&�ERSIWGi.ELM1T �
Ea acci en
x ��,A�r� BODILYINJURY(Perpe�son} S
AUTOS��D A1�1705ULED 80UILY INdURY {Per aCcldenlf 5
X HIREDAUT05 X AUTOS�E� PeO�Ei��Tn�PSAAGE �
$
C x UMB3iELLALIAB X bCCIfR ���`����2-00 Ai30Y1022 Al3612023 E,qCHOCGURftENCE $SU60,(Hf0
EXCES5 LIA� CLAIMS•MAdE AG�REGAT� 5 b.��0 0�6
q�0 REl'ENTiaN $ $
q WORKERSCDMPENSATION 00�1288770 4J3012U22 413012(i23 x STATUTE Ea
pN0 EMPLOYEftS' LIA9il.ITY
ANYPFiOPRIETORIPARTNERIE%ECUTIVE Y+N E.L.EACHACCIOEblT $f,000,000
OFFICERIMEMBER EXC4U�E�7 � � � A
{Mandatory In NHj �.L. pISEASE - EA EMPLOY@ � S 7.O�O.DUO
OESL�RIPTION OF QPERA7IQNS helow
E.L. �ISEA5E - POLICY UMIT $1,060 Q60
C LeasedlRenLed Equip IH� 8961083 00 4130l2�22 4130f2o23 LimH $25Q,40� Oed: 52,80�
Schedulad Equipmenl 5ee Below
QESCRIPTION OF OPF.RATIONS! LQCAiIdN&! VFJIICLES (AC6RD 701, Aadltfanal Itemarks.5chetlule, mey be al�eheA Ilmare space 1g requlYed}
The General Llabillly and Automabila l.iability pal[cy includes a blanket aulomatic addlilonaE Insur�d endorsemenl that provfdas aoldltlonal insured status
(Ger�eraf l.labili�y includas completed ops) and General LiabiliEy, Automob€ie Llabfllly and Workers' Compensation policy includes a 6Ea�ket Waiver a#
subrogatlon endorsement to the certificate holder only when lhere is a written aonfract be#ween the nar�ed insured and the certifieate holder that requires such
status.
7he General Llability and Autamobile LiabillEy policy has a blanket Prlmary & Non Contr[butoty endofsement that afforYls �hai coveraga lo certiflcate holders only
where ihare ls a wri�len caniract befween the Named Insured and lE�e certificate holder thai requires such stafus.
See Aitached,..
R
5HOl1LF] ANY OF iHE ABOVE �ESCRf9ED POl.IC1�5 B� CANC�LLEC1 BEFORE
7HE E%PfRAT10.N DATE THER�OF, N�71G� WILL BE UELIVEiiE� IN
ACCOR�ANGE WI7N THE POLICY PROVISIONS,
C�ty of Fort Warth
20D Texas Streei
Fort WoCth 1"X 76102
ACOR4 26 {2014101j
AUTNORIZEU
OO 1988-2014 ACOR� CORPORATfO[V. All rtghis reserved.
The ACORd name and logo are registered marks af ACORD
AGENCY CWSTdMER IA: WOODYS
I.00 #:
A��Ncy
Nigglnbotham InsuranceAgency, lnc.
POLICY NUM6Ep
CARRfER
���1TI�NAL R��A�14S SCH��UL�
NAIC CO[�E
NANEU INSi1RE0
Waady Contraciors, Inc,
650 Tower Dr,
Kennedafe TX 76060-3012
EFFECTNE DkTE;
Page � af 7
H4UI�U'IU'l SLUU�IU'l� fl 2008 ACQRD CORP�RATION. Afl rights reserved.
The ACORD name enc! logo are re.gfstered rnarks of ACOFtD
�TA1��ARD GE�TERAL �O�TDITIOI�T�
�F THE C�I�T�TRiJCTI01� COI�TTRACT
CITY OF FORT WORTH
ST:INDARbCONSTIiUC'fIDN SAECIP[CATiON DOCL7MEN'f5
Revision: W231�121
ST�NDAKD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTEI�TTS
Page
Article 1—D�fin�tions anc[ Terminoiogy ......................................................�...�...................,........................... 1
1.Q1 Defined Terms ............................................................................................................................... l
1.02 Terminology ..................................................................................................................................6
Article2—Prelirninary Matters .........................................................................................................................7
2.01 Capies af Documents ....................................................................................................................7
2.02 Cammencement of Contract Time; Notice to Proceed ................................................................ 7
2.Q3 Starting the Worlc .......................................................................................................................... 8
2A� Before Starting Construction ....� ................................................................................................... S
2.�5 Preconstructian Conference .......................................................................................................... 8
2A6Public Meeting .............................................................................................................................8
2.07 Initial Acceptance af Sch�dules .................................................................................................... 8
Article 3— Contract Dacuments: Intent, Amend'ulg, Reuse ..........................................,...,...............,.............8
3.01 Intetat .............................................................................................................................................. S
3.02 Reference Standards ...................................................................................................................... 9
3.�3 Reporting and Resolving Discrepancies .......................................................................................9
3.04 Amending and Supplementir�g Contraci Docurnents .................................................................10
3A5Reuse oiDacuments ...........................................�.............................,........................,...........,....10
3.06 Electeanic Data ..........................................................................................�................................. ll
At-ticle 4-- A�ailability of Lands; Subsurface and Physical Conditions; Hazardous Enviranmental
Candi�ions; Reference Points ........................................................................................................... ll
4.01 A�ailability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Canditions .......................................................................................... I2
4.03 Differing Subs�uface or Physical Ct�ndi�ions .............................................................................12
4.04 LIndergraund Facil�ties ...............................................................................................................13
4.05 Reference Paints .........................................................................................................................14
4.OS Hazardaus Environmental Condition at Site ..............................................................................1�4
Artie�e 5— Bands and Inslirance .....................................................................................................................16
5.01 Licensed Sureties andlnsurers ...................................................................................................16
5.02 Performance,Payment,andMaintenanc�Bands .......................................................................16
5.03 C.ertificates of Insurance ............................................................................................................. lb
5.04 Contractor's Insurance ....................................................................................�.......,...................18
SAS Acceptance ofBQnds and InsUrance; Option to Replace ........................................................... I9
Article 6— Cantractor's Responsibilities ........................................................................................................ I9
6.01 Su��rvision and Supe�•intende�ce ............................................................................................... I9
CITYOF FQRT WORTH
STRNIJARDCONSTRIICffON SPGC]P[CAT[ON DOClJM�1�IT3
Revisian: $�J3Lt0'LI
6.02
6.03
6.04
6.05
6.Qb
6.07
6.08
6.09
b.10
6.1 I
6.12
6.13
6.14
6.15
b.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
La�or; Woa•king Hours ................................................................................................................20
S�rr�ices, Materials, and Equipiner�t ...........................................................................................20
P�•oject Scl�edule ............................................................ . ..........................................................21
�ubstikutes and "Oe-Egua�s" .......................................................................................................21
Concerning Subcontractors, Suppliers, and �thers .................................................................... 24
WageRates .................................................................................................................................. 25
PatentFe�s and Royalties ................................................................................................,..........26
Permitsand Utiiities ............................................................................................ ..,................27
Lawsand Regulatioi�s .................................................................................................................27
Taxes...........................................................................................................................................2$
Useof Site and Other Areas .......................................................................................................28
Recor�d Documents ......................................................................................................................29
Safetyand P rotec�ian .................................................................................................................. 29
SafetyR�presentative ..................................................................................................................3a
HazardComrnunication Programs .............................................................................................30
Ernergencies anci/or Rectification ...............................................................................................3�
Submittals.................................................................................................................................... 31
Continuingtl�e Wark ...................................................................................................................32
Cantractor's Genera� Warranty and Guarantee ..........................................................................32
Indemnifica�ion .........................................................................................................................33
Delegation of Prafessianal Design Services ..............................................................................34
Righito Audit ..............................................................................................................................34
Nondiscricnination....................................................................................................................... 35
Article7-OtherWorkatthe Site ...................................................................................................................35
7.01 Rel�t�d Work at Site ...................................................................................................................35
7.02 Coordination ................................................................................ . ..........................................36
ArticleS- Cit�'s Respansibilities ................................................................................................................... 36
8.01 Comrr�urucations to Cnntractor ...................................................................................................3&
8.02 Furnish Data ................................................................................................................................3b
8.03 Pay Wh�nDue ............................................................................................................................36
8.fl4 Lands and Easements; Reports and Tests ...................................................................................36
8.05 Change Orders .............................................................................................................................36
8.06 ITiS�7BCt10T15, Tests, and Approvals .............................................................................................. 36
8.07 Liir�itations on Ciry's Responsibilities .......................................................................................37
SA8 Undisclosed. Ha�ardous Envirorimental Condition .................................................................... 37
$.09 Compliance with Safety Program ............................................................................................... �7
Article 9- City's Observation Sfiatus During Construction ........................................................................... 37
9.01 City's Praject Manager ............................................................................................................37
9.02 Visiis to Site ................................................................................................................................ 37
9.03 Authorized Variatians in Work ..................................................................................................3$
9.04 Rejecting Dafective Work ..........................................................................................................38
9.05 Determinations for Wark Perfo�•med ..........................................................................................38
9.05 Dec�sions an Requirernents of Cantract Documents and AcceptabiliCy of Work .....................38
CITYOF FDIRT WORTEi
STANDAitDCONSTRUCTION 3PECIF[CATION DOCUMENTS
Revision: 82�1
Article 10 - Changes in tne Work; CIaims; Ea�ra Worlc ................................................................................38
10.01 Authorized Changes in the Wark ...............................................................................................38
]O.d2 Unauthorized Changes in the Work .......................�.............................,........,............................39
1QA3Execution of Change 4rders .......................................................................................................39
10.04 E�tira Worl� .......................................................................................................................�...,......39
10.05 Notification to Surety ..................................................................................................................39
10.05 Contract ClaimS Process .........................................................................................�........,.......,..40
Article 11 - Cost of the Work; Allowances; Unit Pric� Warl{; I'lans Q�iantity Measurement ......................41
11.01 Cost of the Work ......................................................................................................................... 41
ll,fl2 Allowances .......................................................................................�..........................................43
11.�3 Unit Price Worl� � .........................................................................................................................4�
l I.04 Plans Quantiity Measurement ......................................................................................................45
Article 12 -- Change of Contract Price; Change of Contract Time ................................................................. 46
12.01 Change of Contraci Price ............................................................................................................4b
12.�2 Change af Contract Time ............................................................................................................47
12.03 Delays ..........................................................................................................................................47
Article 13 - Tes�s andInspections; Correction, Remova� or Acc�ptance ofDefeciive Work ......................4$
13.01 Notice of Defects ........................................................................................................................48
13.02 Accessto�lVork ..................................................................................................�...�.........,.......,..48
13.03 Tests and Inspections ..................................................................................................................48
13.04 Unco�ering Warlc ................................................,....,............,.............................,.......,...............49
13.Q5 City May Stop the Work .............................................................................................................49
13.06 Correctian or Removal af Defective Wark ................................................................................50
I3.07 Correctian Yex�iod ........................................................................................................................50
i3.08 Acceptance ofDefectiv� Work ...................................................................................................5�
13.09 City May CorrectDefective Woz•k .................................�...........................................................51
Ar�icle 14 -Paymenis toContraeior and Cornpletion ....................................................................................52
14.01 Schedule oFValues ......................................................................................................................52
1�.02 Progress Payments ......................................................................................................................52
14.03 Contractor's Warranty af Title .... ..........................................................................................,....54
L4.04 Partiali]tilization ........................................................................................................................SS
14.05 Final Inspection ...........................................................................................................................SS
14.06 Final Acceptance .........................................................................................................................55
I4.07 �`inal Payment ..............................................................................................................................5&
1�4.08 Final Campletio� Delayed andPartial Retairzage Release ........................................................56
14.09 Waiver of Clauns ........................................................................................................................ 57
Article LS - Suspension of Work and Terminatian ........................................................................................57
15.�1 City May Suspend Work .............................................................................................................57
15.D2 City May Termit�ate for Cause .........................................................................�................,....,...58
i5.Q3 City May Termir�ate For Convenia.nce .......................................................................................60
Article16 -Dispute R�soIution ............................................................................�................,.....,..................6I
16.01 Methods and Praced�ares .............................................................................................................61
CITYOP FORT WDRTH
STANDARDCONSTRUCTION SPECIE[CAT[ON DOCLf]IQENTS
Revision: 8/.�?J1�1
Arti�le 17 — Misce�la�eous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
I7A2Co�nputation of Times ................................................................................................................ b2
17.03 Cumulative Remedies ................................................................................................................. 62
17.Q�L Survival of Obligatior►s ...............................................................................................................63
17.05 Headings ......................................................................................................................................63
CI'1'Y OF FdRT WORTH
STANDAAUCONSTRi3CT[ON SP&CIF]CATIpN bOCUMENTS
Revision: 8IL3/1{�1
oa�aoo-i
G�i��FtAL CANQ ITION S
P�e ] oCG3
ARTICLE ] - DEFINITIONS AND TERNIINOLOGY
1.01 Defined Terms
A. `7Vhareverused in these General Conditions or in other ContractDocuments, the terms listed belaw
ha�e the meanings indicated which are applicable to both the si�gular and piural thereof, and
words denoting gender shaA include the masculine, feminine and neui�r. Said terms are generally
ca}aitalized or written in italics, but not always. When used in a context consistent with the
defuaztion of a listed-defined ierm, the term shall 11aee a meaning as defined below vvhether
capitalizec! or italicized or otherwise. In addition to terms specifically defined, tertns with initial
capital letters in the Cont�•act Documents include refefences to identi�ed articles and paragrapk�s,
and �he �itles of other documents ar forms.
I. Addenda—Writtet� ar graphic in�struments issuetf prioc to the opening of Bids which clarify,
carrect, or change the Bidding Requirements or the proposed Contract Documents.
2. Agree�nent—The written instrument which is evidence of the agreement betwe�n City and
Contractar cavering the �Jork.
3. Applicatian for Payment—The farm acceptahle to City whick� is to be used by Cantractor
duririg tk�e course of the Warlc in requesting progress or fir�al payments and which is to be
accompanied by such supporting docurnentation as is eequired by the Contract Docur�r�ents.
4. Ashestos Any material that contains more tl�an one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action Ievel� established by the United StatEs
Occupational Safety and Health Administ�ation.
5. Award- Authc�rizatian by the City Council far the City to enter into an Agreert�ent.
6. Bid—The offer or proposal a� a Bidder subrniited on the prescribed form setting forth the
prices fo�• the Work to be performed,
7. Bidder—The indi�vidual or entity who submits a Bid directly to City,
S. Bidding Doc�ments—The Biddin� Requirements and the propnsed Contract Docu�nents
(including all Addenda).
9. BicldingRequirenzents—The advertisement or Invitation to Bid, Instructions to Bidder's, Bic�
s�curity of acceptable farrn, if any, and the Bid Form with any supplements.
10. Business Day- A business day is defined as a day that the City conducts norma� bus�ness,
generally Manday through �'riday, except for federa[ or state holidays observed by the City.
11. Calenda�Day-�A day cansisting of 24 haurs measured fram midnight to the next midnigh�
GI'CYUr FORT WQRTH
5TANDARDCONSTRllCTION SPF.CIPICAT[ON DpCiJMENTS
Revision: 8I13IZOQ1
(10 7? 06 - I
GEN�F�ALCO�+DITIONS
Page 2 af b3
12. Chcrnge D�der A document, wluch is prepared and appro�ed by the C�ly, vcihich is signed
by Contractor and Cicty and authorizes an addi�ion, de�etion, or revision in the Work or an
adjus�nent in the Contract Price or the Contract Time, issued an or after the Effecti�e Date
of tk�e Agreement.
13. City— The City of Fort Worth, Texas, a horne-rule rnunicipal corporatian, authorized and
chart�red uncfer the Texas Sta.te Staiutes, ac#irig by its go�erning body tkirough its Crty
Manager, his designee, or agents aufi,horized under his behalf, each of w�iich is reQuired by
Charier to perform speci�"ic duties with respansibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
wit� whorn Contractor has entered into the Agreement and for whom the Worlc is to be
�aee£o�•�ned.
14. City Attorney — The offic�lly appointed Crty Attorney of the Ciiy of �'art Worth, Texas, or
his duly authorizx:d representa.tive.
15. City Council - The duly elected and qualified �overning body of th� Ciry Of FDk't W4�i1,
Texas.
I6. City Manage� — The officiaIly appointed and authorized City Manager of the City of Fart
Worth, Texas, or his duly authorized representatNe.
17. Contract Clairr�A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Cont�act. A deinand for money or ser�ices by a thudparty is not a Contract Claim.
1$. Contr�act—The enti�e and integrated �rritten docuxnent 6etween the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents anci
supersedes prior n:egotiations, representations, or agreements, whether written or aral.
�9. Cont�act Docu�zents Those items so designated in� the Agreement. All items listed in the
Agreement are Contract DocUrrients. Approved Submiltals, other Contractor sulamiftals, and
the reports and draw�ngs of subsUrface and physical conditions are not Contract Documents.
20. Contract P�ice—The moneys payable by Cily to Contractor for completion of the Work in
accordance with the ContractDoeuments as stated in the Agreetnent (suh3ect to the pro�isians
of Paragraph 11.03 in the case af Unit Price Work).
21. Contract Time The number of days or the dates stated in the Agreement to: {� achieve
Mi�estanes, i� any ar�d (i� complete the Work so that it is ready far Final A�cceptance.
22. Contracto� The indi�idual or entity with whom Ciry 4�as entered into the Agreement.
23. Cdstof the Work—SeeParagraph 11.41 ofthese General Conditions far deimition.
CITY OF FORT WORTH
STANDALLDGONSTRUCTIpN SPECIFICATIflN 1JOG[JMEPIT5
Revisinn; WT.�D21
0072��-1
GENERRLCOf��ITIONS
Page 3 of 63
24. Damage Clairr�s — A demand for nnoney or services arisirig fx•om the Proj�ct or Site frotn a
third parry, Ci� or Contractor exclusive o� a Cnntract Claim.
25. Day or day -- A day, unless otherw�se defirled, shall rnean a Calendar Day,
26. I�irector of Avication — The officially appointed Director of the Aviatian Departmen� of the
CI�Y pf FOPk WOPT�7, T�X75, or his duly appointed representative, assistant, or a�ents.
27. DiYectoY of Pa�ks and Comt�unity Services — The officially appozntec� Director of the Parks
and Cozr�znuniry Services Departrr�ent of the City of Fort Wflrtla, Texas, o�� his duly appointed
rep�•eseniative, assistant, or agents.
28. Director of Plan�ing and Dev�lapme�zt — The of�cially appninted Director of the P�anning
and Development Departrnent of the Ciry af Fort Warth, Texas, or h'ts duly appflinted
representative, assistant, or agents,
�9. Directo� of Tra�aspor�tation Publac Works -- The officially appointed Director af the
Tcan�portation Pub�ic Worlss Department of the City of Fort V4'orth, Texasy ar his duly
appomted representative, assistant, or agents.
30. Directar of Water Department — The officialiy appointed Directoc of the 'Vl�ater Department
of tYte City of Fart Worth, Texas, or his duly appainted represantative, assistant, or agents.
3I. Dra°�vings—That part af the Contract Docum.ents prepared or appro�ed by Engineer which
gaphically shows the scop�, �xtent, and eharacter ofiha Woriz to be performed by Contracior.
Submittals ara not Drawings as so de�ned.
32. Effective Date of theAgreem�nt—The dat� indicated in the Agreernent on which it becomes
effective, but if no such date is indicated, it means the date an which ihe Agreement is signed
and delivered by the last of'the two parties to sign ar�d deliver.
33. Engiraee� The licensed professiona] engineer or engineering %rm registered in the State of
TexaS perfarnning professional services for the City,
34. Extra Wark — AdditionaI work made necessary by changes or alteratians of the Contract
Documents oe of quantities or for other reasons for which no prices are provided irF the Cont�•act
Documents. E�ra wotk shall be part of the Worlc.
35. �aeld Orde�—A written order issued by City which requires changes in tl�e Worlc but which
does not involve a cha.nge in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field OrderAliowances incorporated into the Conf�act by funded
work type at the time oF award.
36. Final Aeceptance — The written natice given by the City to the Contractor that the Warlc
specified in the Contract Dacuments has been completed to the satisfaction of the C�ty.
CITY OF FORT WQRTH
STANDARDCpNSTRUCTION SPECLFICAT[ON DbCUMENTS
Revision: 82ilI�I
oo7�oa-�
��N�RA�co�o�rior�s
Page 4 of 63
37. Final Inspection -- Inspectian carried out by the City to ver�'y tk�at the Contractor has
completed tk�e �orlc, and each and every part or appurtenance f,hereof, fully, entu•ely, anc� in
conformance with the Contract Docurnents. �
38. General Requirement�-Sections of Diviszon 1 of the Contract Docutnents.
39. Hazar�dou,s Enviranmental Condition The presence a� the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or ather materials in such quantities ar
circumstances that may present a substantial danger t� persons or property exposed thereto.
40. Hazardous Waste Ha�ardous waste is ciefined as any solid waste listed as hazardous or
possesses ane or r►�ore hazardous character�stics as defined in the federal waste regulations,
as arnended from time to time.
41. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all go�ernmental bodies, agencies, authari�ies, and cour�s having
,jllf'15CIlE�l0I1.
42. Liens—Charges, security interests, ar encumbrances upon Praject funds, real property, or
personai property.
43. Maj o� Item - An Item of vvork included in the CQntract Documents that has a tatal cost equal
to or greater than 5% of the o��ginal Contract Price or $25,O�fl whicher+er is less.
44. Milestone A principal event spec�ied in the Contract Doeuments relat�g io an intermediate
Contract Tirr►e prior to Final Aceeptance af the Wark.
45. Notice af Awrxrd—The wrrtten notice by City to tk�e Successful Bidder stating that upon
funely compliance by the Successful Bidd�r �with the cond�tions precedent listed therein, Crty
will sign and deliver the Agreetnent.
�46. Natree to Proceed—A written notice gi�en by City to Contractar f�ing the date on which th�
Contract Time will co�enee to run and on which Contractor shall start to perform fhe Work
spec�ied �n Contract Dacun�ents.
47. PCBs—Palychlorinated biphenyl�.
48. Petraleum—Petroleum, including crude oil or any fractian thereof vvhich is Iiquid at st�.ndard
conditians of ternperature and pressure (6U degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oi1 sludge, oil refuse, gasaline, keros�ne, and
oiI rr�ed with other non-Hazardous Waste and crude oiis.
�-9. Plans -- See deiulition. of Drawa�gs.
CITYOF FQRT WQRTII
STANI7ARDCONSTRUC'C[QN SPECIPICATION DOCUMENTS
Revision: S123CXJ2l
OD 72 00 - ]
GENERALCANDITI4NS
Page 5 of 63
S0. Projeci,�chedule—A schedule, prepared and maintained 6y Co�tractar, in accordance with
the General Requirements, describing the sequence and duzation of the activities comprising
the Contractor's plan to accomplish the Work with.ir� the Contract Time.
Sl. Project—The Worlc to be per•fflrmed under the Contract Docurrtents.
52. Project .11anager The authorized representatrve af the City who will be assigned to tha
Site.
53. P�blic �feeting — An announced rrieeting conducted by the City to facilitate public
participation and �o assist the public in gaining an infarmed view of the Project.
S4. Radioactive Mate�ial Source, special nuelear, or bypraduct material as deflned by the
Atomic Energy Act of I954 {42 USC 5ectian 20 ] 1 et seq.) as amended from time to time.
55. Regular WoNking Hours —Hoius begintaing at 7:00 a.m. and ending at f:00 p.m., Monday
thru Friday (e�cluding legal holidays}.
56.5arrtples Physical e�amples of inaterials, equipment, or worlctnanship that are
representative of sozne portion of the Warlc and whick� establish the standards by which such
portion of the Wark will be judged.
57. Schedule of Submittals A seh�dule, prepared and maicltained by Contractox•, of required
submittals and ihe time requirements �o support scheduled parformance of related construction
activities.
58, Schedule of Values—A scheduZe, prepared and maintained by Contractor, allocating portions
of the Contract Price to �arious portions of the Work and used as the basis for revfewing
Contractor's Applications for Payment.
59. Site—Lands ar areas iridicated in the Contract Documents as being �urnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for access
tE�ereto, and such other lands furnished by City which are d�signatec! for the usa of Contractor.
60. Spe�ifications—That part of the Contract Documents consisting of wx•itten requirernents for
materials, equipment, �ystems, standards and worlctnanship as applied to the Work, and certain
adminisiraiive requirernents and procedural rr�atters a�plicable thereto. Speciiicatiotis may b.e
specifically made a part of the ContractDocuments by aitachment flr, if not attached, may be
incorparated by �eference as indicated in the Table of Contents (Division 00 00 �0) of eaei�
P raject.
61. Subcont�actor An individual or entiry ha�ing a direct cantract wi�h Contraciot� or with any
othex Subcontractor for the perforrnance o�' a p��t of the Work at the Site.
CITY OF FORT W4I2'I'H
STANI7ARDCONS.TR.11CTION SPECIhICATION DQCUMENTS
Revisian: �3/202I
UQ7200-1
GENERAL CA3JQIT101� S
Page fi of 63
62. Sr�bmittals A� drawings, diagrams, illusirations, schedules, and other data or ir�f'ormation
which are spec�'ically prepared or assembled 6y or for Contractor and submitted by Contractor
to illus�rate sorne portion of the Work.
63. Substantial Completion — Tt�e stage in the pr�gress of the Projact w�en khe �Vork is
suf�iciently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder The Bidder subm:itting the lowest and most responsi�e Bid �o whom City
tnakes an Award.
65. Superrntendent-- The represei�tative of the Contractar who is available at al� times and able
fo receive instructions frarn the City and to act for the Contractoc.
66. Supplementary Condition.r That part of the Cantract Documents wh�ch amends or
suppiement� these General Condi�ions.
�7. Supplie� A manufacturer, fabricator, supplier, distributar, materialrnan, or vendor Iiaving a
direct cont�act with Cnntractor or with aray Subcontractar to furni�h materials ot equipment
to be incotporated in the Wor'k by Contractor or• Subcontraeio�'.
68. Underground Facilities—All underground pipelines, canduits, ducts, cables, wires,
nnanhales, vauIts, tanks, tunne�s, oz• other such facilities or attachmen�s, and any encase�ner�ts
containing such facilities, including but nat limited to, those that convey electricity, gases,
steam, liquid petraleum prod�rets, telephone or ather communications, cable tele�isian,
water, �vastewater, storrn water, other liquids or chemicals, or traffic ot other control systems.
69 UnitPrice �ork See Paragraph l l.a� of th�se General Canditions for defiriiiion.
70. Weekend Working Ho�s— Hours beginning at 9:04 a.m. and ending at 5:00 p.m., Saturday,
Suncfay or Iegal holiday, as approved in advance by the City.
71. Work—The entire construction or the various separately ident�iable parts ther�of required to
be proviciecE urider the Conteact Daeurr�ents. Work includes and is the result of performir�g nr
providing alI labor, services, a�d documenta.tion necessafy to produce such construction
including any Change Order or Field Order, and furnishing, ins�alling, and incorporating all
materials and equipment irita such constructian, all as required by the Contract Documents.
72. Working Day — A working day is defined as a day, nofi includ'mg Saiurdays, Sundays, ar lega I
ho�idays autharized by the City for contract purposes, in which weather or other conditions
not under the corrtrol of the Contractor will permit the parforrnnance of the principal unit of
urork underway for a continuous pe�•iod of not less tha� 7 hou�•s between 7 a.m. and 6 p.m.
1.02 Ter�mi�rology
A. The words and terms discussed in Paragraph 1.02.B thirough E are not defined but, when used in
the Bidding Requirernents or Cont�act Documents, hava the indicated meanir�g.
B. Intentof Certain Terrr� orAdjectives:
CITYOFFORT WOR'I7i
STANDARDCONSTRUCTIfl�1 SPECIF[CATION DOCUM�NT5
Revision: &n3I�1
oa7zoo-i
��N�r�a�cor�oiTiaN s
Page 7 nf G3
l. The Contract Doc�uxients include the terms `°as al�owed," "as appraved�" "as ordered," "�S
dirccted" or terms of lilce effect or import to authorize an e�cercise of judgment �y City. In
addittor�, the adjectivas "reasanable," "suitah�e," "acceptable," "proper," "satisiactory," ar
adjeoti�es of lilce effect or impor� are used ta describe an action or determinatian of City as to
tE�e Worl�. It is intended that such exercise of professianal judgnent, action, or determination
will be solely to evaluate, in general, the Worlc for compliance with the infarnnation in the
Cont�•aet Documents and with th� design concept of the Project as a funct�oning whole as
shown ar indicated in the Cantract Daciunents {unless there is a�pecific statementi indicating
ot.�erwise),
C. Defecifve:
1. The word "defective," when modifying the word "�orlc," r�fers to Wark that i�
unsatisfactory, faulty, ar deficient in that it:
a. does not conform to tI�e Contract Documents; or
b. does not tx�eet tha requirements of any appIicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c, has been damaged prior to City's written aeceptance.
D. Furnish, I�stall, PeNforrn, Pravide:
1. The word "Furnish" or the word "Install" dr the woi•d "PerfQrm" or the word "Pcovic[e" or
the word "Supply," or any combinatian or sirr��lar di�ectivc or usage thereof, shaII mean
furnishing and i.r�corparating in the Work including ali necessary la�or, materials, equipment,
and evezything necessary to perform the Worlc indicated, unless spec�cally limi�ed in the
contexk used.
E. ZTnless stated otherwise in the Contract Documents, words ar phrases that have a well-known
teckznical or construction industry or t�ade meaning are used in the Conteact Docurrients in
aecordance with such recognizec! meaning,
ARTICLE � — PRELINIINARY MAT'�ERS
2AI CopiesofDocuments
City shall furnish ta Contracior one {1) oz�iginal execitted copy and one {1) electronic copy af the
Contract Documents, and four (�) additional copics of the Drawings. AdcEitianal capies will be
furnished upon request at the cost of reproduction.
2.02 Comtnencementaf Contrc�ctTime; Notice to Praceed
The Cantract Time will comnnence to run on the day in.dicated in the Notice to Pz•oceed A Notice to
Proceed may be given no earlier than 14 days after the Effective Date ofthe Agreement, unl�ss agreed
to by both parties in writing.
CITYOFF012'C UVORTH
STANI7ARDCONSTRUCTION SPfiC[FICATION D4CUMEIVTS
Reuision; Qf231Z�[
D0 72 04 -1
G£NERAL CONDIT 10 N S
Page 8 of 63
2.03 Starting the WoYk
Contractor shall start to perFarm the Worlc an the date when the Contract Time cammences to run.
No Work shall be done atthe Site prior to the date on which the Contra�t Time eommeaces to rUn.
2.04 B�fore StartingCanstruction
Baseline Schedules: Submit in accardance with the Contract Documents, and prior to sYarting the
Wark.
2.05 P�econstruction Conference
B�foie any Work at the Site is started, the Cor�tractor shall attend a Preconstruction Conference as
specified in the ContractDocuments.
2.06 Puhlic Meeii�ag
Contractor may not mobilize any enuiprneni, materials or resources to ihe Site prior to Con�ractor
attending the Pubiic Meeting as scheduled by the City.
2.07 Initiad Acceptance ofSchedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
aecardance with the Schedu�e Spec�'�cation as provided in the Contract DocUrr�ents.
ARTICLE 3— CUNTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Cont�act Documents are complementaty; what �s required by one is as binding as i� required
by all.
B. It is the intent of the Contract Documents to deseribe a functianaAy complete project (or par�
thereof} to be const��u�ted in accardance vvith the Contract Dpcuments. Any ]abor, documentation,
services, rnaterials, or equipment that r�easonably may be ir�ferred it•om the Contract Documents
or from pr�vailing custom or irade usage as being requi�ed ta praduce the �ndicated result v�i� be
provided whether or nat specif'ically called for, at no a�di�ianal cost to CiLy.
C. Clar�i�cations and inteipretations of the Contract Documen�s shali be issued by City.
D. The Spec�cations nnay vaiy in form, for-mat and style. Some Spec�'ication sections rnay be written
im varying degrees of streamlined or declarative style and some sections may be relati�e ly
narrative by compar�son. Omission of such words and phrases as "khe Contractor shall,'" "in
CQ17fOYI17[CY Wl�h," "SS S�ZOW1��" OT "a5 5�C1f1Cd" aT'� int�ntioi�al ltl StC�aITIIIri�d SeCtI0175.
Omitted vc+orcis and phrases shall be supplied by inference. Similar types of pro�isions may appear
in variaus pa�s of a section �r articles wi�kiin a par� dependirtg on the %rmat of the
CITYOFPO.RT WORTH
STANDARDCONST&UCTION sr�crr�cnr�ar� �OCL3MENT5
Revision; 8/�3�1�D21
00 �z oa - �
GEN�RALCONpITIDN S
Pagc 9 of 63
scction. The Cantractor shall not take ad�antage of an.y variation ot' farm, forznat or style in
malcing Contract Cla,ims.
E. The Ci'OS5 ref�rencing af specification sectioxis under the subparagraph heading "Related
Sections include but are not necessarily lirn.ited to:" and elsewhere �withm each Specification
seetion is provided as an aid and con�e.nience to the Contractar. T�e Contractor shall not rely on
the cross referencing prov�ded and shall 6e responsible ta coardinate the enfiu•e Worlc under �i�
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or �ot the cross referencing is cornplete.
3.02 Refe�ence Standar�ds
A. Standards, Specitications, Codes, Laws, and Regulations
1. Reference to standards, sp�c'�ications, manuals, or codes af any tecllnical soeiety, oc•ganization,
or assaciation, or to Laws or Reg�lations, whether such reference be specific or by implication,
shall r�nean the standard, specif'ication, manual, code, or Laws or Regulations in effect at the
time of opaning oi Bids (or on the Effective Date of the Agreement i� ther� were no Bids),
except as may 6e atherwise specitically stated in the Cantract Dacuments.
2. No provision af any such sfandard, specification, manual, ar code, or any instruction of a
�upplier, shall be effective to change khe duiies oe re�pons[bilities of CiLy, Cantractar, or any
af their subcontractors, consullants, agents, ar �mpIoyees, firom those set forth in the Contract
Documents. No such provision or insteuction shall be effective to assign ta City, ar any of its
officets, dieectars, mernbers, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct tne performance of the Warlc ar any duty or aU�harity
to undertake responsibility inconsistent wrth the provisinns of the Contract Documents.
3.03 Repot�ting a�d Resalving Discrepcancies
A, ReportingDiscrepancYes:
Contractor'sldeviewofContractDocumentsBefo�eS`tartingWo�k: Beiore utidertalcing each
part of the Worl�, Contractor shall carefully study az�d coir�pare �e Cantract Documents and
check and verify pertinent iigures therein against alI applicable field measurements and
conditions. Contractar shall promptly report in writing to City any conflict, error, ambiguity,
or discr�pancy which Contracior discovers, or has actual knowledge of, and shali obtain a
writien interpx•etation or clarification frain Ciry be%re proceeding with any Work affected
there by.
2. Conlractot�'s I2eview of Conti^act Documents During Perfor�ua�ace of Wark: If, clut•ing the
perfarmance of the Work, Cantractor discovers any conf7ict, error, ambiguiry, or discrapancy
within the Contract Documents, nr between the Contract Documents anc! (a) any applicable
Law or Regulation ,(b) any stand�rd, specification, manual, or aode, or (c} any instruction of
any Suppliex, then Contractar shall promptly report it t� Ciity in writing. Contractor shall not
proceed wrth the Work affected tkzereby (�xcept in an einergency as required by Paragraph
CTTY dF FORT WORTH
STANDARDCbNSTRpCT1QN SPECIFICAT[ON DOC[II+i1.E,NTS
Revision: 823/1021
oo7zoo-i
GENERA�CQiJ�iTION 5
Page i q of 63
b.17.A) unti� an amendrnent or supplemer�t ta the Contract Documents has been issued by
one of the methads indicated in Paragraph 3.�4.
3. Cantractor shall nat be liable tp City for failut•e to report any cQnflict, error, ambiguity, or
discrepancy in �e Contract Documents unless Contractor had actual Irnowledge thereof.
B. ResalvingDiscr�epancies:
Except as rnay be otherwise specifically 5tatad in the Contract Docum�nts, the pt•ovisions of
the Contract Documents shall ta.ke precedence iri resoIving any conflict, error, ambiguity, or
di�crepancy beiween the provisions of �11e Co�►tract Documents and the provisians of any
standard, specif�ication, rnanual, or the instruction of any Supplier (whether or not specifica�ly
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured c�imensiox�s shall govern over s�aled dimensions, Plans shall
govern over Specifications, Supplementary Candrtions shall gavern over General Conditians
and Specifications, and quantities shown on the Plans shall govern over those shown na the
proposal.
3.Q�- Amending and.Supplernenting Cor�t�actDocuments
A. The Contract Documents may be amended to provide for additions, deletions, and revisians in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The reyuireznents of Y1i� Contract Doc�en#s may be supplemented, and minor �ariations and
devi�tions in the Woi•k nai invnlving a change in Contract Price or Contract Time, may be
authorized, by one or �nore of the foliowing ways:
l. A Field Order;
2. City's review of a Submittaj (subjeet to tt�e p�•ovisions of Paragraph 6.18.C}; or
3. Ciry's written i�terpretation or clarification.
�.OS Reuse of Docurrtents
A. Cont�•actor and any Subconiractor or Supplier shall not:
l, have or acquire any title to or ownership righis in any af the Dravcrings, Spacrf'ications, or
nthar documents (or copies of any tl�ereo� prepared by or bearing the seal o� En�ineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensians of
the Project or any ather project without written consent af C�y and specif'ic written ver�ication
or adaptation by �ngineer.
CI'k'Y OF FORT WORTH
STANDARDCONSTRUCTIDN Sl'ECIFIC.ATIdN DOCi.11VlENTS
Revision: 82�1
oo�raao-i
GENERAL CONnITION S
Page 11 of 63
B. The prahibitions of this Paragraph 3.05 vvill survive final payment, ar terminat�on of the
Contieaet. Natilirig herein shall preclude Contractor from retaining copies of the Contract
Documents far recard purposes,
3.Ob Electronic Data
A. Unless otherwise stated in the Suppletnentary Conditions, the data furn�shed by Cily or Engirieer
to Contractor, or by Contractor to City or Engineer, �hat may be relied upan are limited to the
printed copies included in t�e Con�•act Documents (also known as hard copies) and ol:her
Specificatians referenced anc! locaied on the City's on-line electmnic document z�nanagement and
caIlaboration syste�n si�e. Fi[es in electronic media format of text, data, gt•aphics, or other types
are furnished only for the convenience af the receiving party. Any eonclusion o�• information
obtained or derived from such electironic fiies �will be atthe user" s sale rislc. Ifthere is a di�crepancy
between the electranic files and the lzard copies, the hard copies go�ern.
B. When transfer�ring documents in electronic media forrnat, tha transferri�g party �nakes nQ
representations as to long term compatibility, usability, or readability of documenis resulting fram
the use of softwa�e application packages, operating systems, or computex• hardware difFering from
those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LAND�; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOi1� ENVIRONMENTAL CONDITTONS; REFERENCE POINTS
4.01 Availability of Lands
A, City shall furnish tk�e Site. City shall not�'y Ca�tractar of any encumbrances or restrietions not af
g�neral applicat�o�� but specifically related to use of tl�e Site with vvhich Cantractor must comply
in perform�in.g the Wnrk. City will obtair� in a timely manner and pay fc��• easements for permanent
structures or permanent changes in e�sting facilities.
The City has obtained or anticipates acquisi�ion of andlor acce�s to right-oi way, and/or
easements. Any outstanding right-of-way andlor easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions, The project Schedule
submi�ted by the Contractor in accordance wiih the Contract Documents tztu,st consider any
outstanding right-of-way, and/or easements.
2. The City 11as or anticipates rema�ing and/or relocating utilities, and obsiructioi�s to the Site.
Any outstanding r�moval or relocation of utiliti�s or obstructions is anticipated in accorclance
with the schedule set forkh in the Supplementary Canditions. The Project �chedule submitted
by the Contractor in aecordance wi�h the Contr�ct Documents mt�st cansider any outstanding
utilities or obstructians to b� removed, adjusted, and/ar r�located by athers.
B. Upon reasonable written request, City shall furnish Contractor with a curreni statement of record
legal t�tle and legal description of the lan.ds upon which �he Work is to be performed.
C1TY OF FORT WORTH
STANDARDCON51'ttUCT10N SPECIFICATION ]JOCUMENTS
Revision: &/1�]
OU7200-1
GENERAL CDNDITION 5
Page 12oF63
G Contrsctor shall provide fo� alf addi�ional lands and access thereto tlhat ma� be required for
construction facilities or storage of rr�aterials and equipment.
4.02 Subsu�face and Physical Conditions
A. Reports and Drawings: The Supplem�ntary Conditions identify:
1. those reports known t� City of e�lorations and tests oi subsurfaee canditions at or
contiguous to the Sike; and
2. those drar�ri�gs kaowr� to City of physical canc�itions re�atang to e�ting surface ar
subsurface structures at the Sike (excepi Undergrour�d Facil�ies).
B. Lirnited Relicrnce by Cont�actor on Technical DcataAuthorized: Contractor may rely upon the
aceuracy of f.he "technical data." caniained in such reports and drawings, but such reports and
drawings are not Contract Doc�atnent�. Such "tec�cal data" is identified in the Su�plementa.ry
Gonditions. Cantractor may not make any Co�t�act C�aim against City, or any of thei� aificers,
directars, members, partners, employees, agents, consuitants, or subcant�actars with respect to:
1. the comp�eteness of such reports and drawic�gs for Contractor's purposes, iric�udirig, but not
lir�ited to, any aspects of the rneans, rnethods, teelviiques, sequences, and procedures of
construction to b� emplo�red by Contractor, and safety precautions and programs ineident
thereto; ar
2, other data, mterpretations, apinions, and information c�ntained in such reparts or shown or
indicated in such dra�ings; or
3. any Contractor interpretation af or conclusion drawn frorr� any "technical data" or any such
other data, inte�pretatians, opinions, ar information.
4.03 DifferingSubsurface or Physical Conditions
A. Noti�e: If Contraetor belie�es that any subsurface or physical condition that is Un.covered or
revealed eiiher:
1. is of such a nature as to estabGsh that any "technical data" on which Contractor is entitlad to
rely as pravided in Paragraph �.42 is mat�rially inaccurate; or
2. is of such a nature as to requue a change in the Ca�tract Documents; or
3. differs materially from that shown or indicated in. the Contract Documents; or
4. is of an unusual nature, and differs mat�rially from canditions ordinarity encountered and
generally recognized as inherent in work o� the eharacter pro�ided for in the Contract
Dncuments;
CITYQF F�RT WOR"1'H
STANDARDCON51"RUCTION SPECIFICATION DOCUN�NTS
Revision: fl/13/�21
00 72 UU - I
GENERAL CON� ITION S
Page l 3 af 63
then eontractor shall, promptly aftex becoming aware thereaf ancl before furthec diste�rbing the
subsurface or physical c�nditions ar performing any Wor� in connection therewith (except in� an
ernergency as required by Paragiraph 6.17.A), noi;ify C� in writing about such candition.
B. Possil�Ie Price cznd Time Adjustrttents
Contractar shall noi be entitled to any adjusfcnent in the Contract Price or Contract Time if:
1. Cantractor kriew of the existence of such conditions at the tttne Conteactor made a final
coix�mitment tn City with respect to Co�t�act Price and Cont�•act Time by th� submissi�n of a
Bid or becoming bound tander a negotiated eontract; or
2, the exi�tence of such condition coLild reasonably haVe been discavered ar revealed as a resul�
of the examination of the Contract Documents ar the Site; or
3. Contractor failed lo give the writken noiice as req��reci by Paragraph 4,03.A.
4,fl4 UndergroundFacilitfes
A. Shown or Indicated.- The information and data shown or indicaied in the Contract Docurr�.ents
with respectto existing Unde�•ground Facilities at or contiguous to the Site �s ba�ed on ir�farmation
and data furnished ta City ar Engineer by the owners of such Underground Facilities,
i�cluding City, or by others. Llnless it is othe��wise expressly provided in t��e Supplementary
Conditions:
1. City and Engineer shal[ not be responsi6ie far the accE.u�acy or completenass of any such
inforrnation or data providecf by others; and
2. the cost of all of the following will be incIuded in the Contract Price, and Cantractor shall
ha�e full responsibiiity �ar:
a. reviewing and checicing ali sUch inforrnation arid da.ta;
b. locating all Underground Facili�ies shawn or indicated in the ContractDocuments;
c. caardit�►ation and adjustment of the Work with the owners of such Underground
Facilities, ie�cluding City, during construction; and
d. the safety and protection of all such Underground �'acilities and repairing any damage
thexeto resulting fi•om the Worlc.
B. NatShown arindicated:
1. If an Underground Facilfty which eon#7icts with the Work is uncavered or revealad at or
contiguous to the Site which was not shawn or �ndicated, or not shown or indicated �vith
reasonable accuracy in �lie Contract Documents, Cornractor shall, promptly after becoming
aware thereof and before fur�hec disti.u'bing conditions affecied thereby ar performing any
CITYOF FORT WORI'H
STANDAI�DCONSTRUCT[ON SPEC[C[CATION DbCUMENTS
Revision: 823/1A21
aQ7zao-i
GENERAL CQNDITION S
Page 14 of G3
Work in conneciian therewith {except in an ernergency as required by Paragraph 6.17.A),
ident�y the owner of such Underground Faeility and give notice to that ov�ner and to City.
City will review tk�e disco�ered LTnderground Facilily and deternr�iine the e�ent, if any, to
which a change may be required in the Contract Docum�nts to reflect and document the
consequences of the existence or location of the Uncierground Facifrty. Contractor shall be
responsible fo�• tkxe safety and prnt�ction of such discovered Underground Facility.
2. If City concludes that a ahange � the Contraet Docum�nts is required, a Change Order may
[�e issued to reflect and document such consequences.
Veri#icatian of e�stmg uiilities, s�ruetures, and seruice lir�es shall incIud� notif�cation of all
utility coinpanies a minimum of 4S hours in advance of construction including exploratory
excavation if necessary.
4.05 Refe�ence Poinis
A. City sl�all pravide engineering surveys tn establish reference points fox• construction, which in
City's judgment are necessary to e�able Contractor to proceed with the Work. City will provide
construction stakes or other custamary methad of markang to ssta.b�h line and grades for r•oadway
and utility construction, centerlin�s and benchmarks for bridgeworlc. Contractor shall proteet and
preserve the astablished reference points and property monuments, and shall make nc� changes or
relocations. Contractor shall repart to City whenever any reference poirit or property monument is
lost ar destroyed or requires relocation because of necessary chang�s in grades ar locations. The
City sha�l be responsibie for the rep�acement or ceiocatian of r�%rence points or properiy
monuments not carelessly or �villfully destroyed by the Contraetor. The Contractor shaU notify
City iri advance and with sufficient tiirr�e to avaid delays.
B. Wnenever, in the opiniQn o� the City, any reference point ar monum�trt has been carelessly or
willfully destroyed, dist�u•bed, ot• re�noved by the Contractor ar anyof his emplayees, the full cost
for replac ing such paints plus 25% wifl be charged against the Contractor, and the full amount w ill
be deducted fram payment due the Contlractor.
4A6 Haza�dous E�avit-onrraental Conditian atSite
A. Repo�tsar�dD�crwings: TheSupplement�try Conditions identify those repartsanddrawings known
�a City relating to Hazardous Environmental Conditions that have been identzf'ied at the Si�e.
B. Limited Reliance by Contractor on Technieal Daia Autho�ized: Contractor may rely upon tl�e
accuracy of the "technical cIata" contained iri such reports and cl�rawin�gs, but such reports and
drawings are not Contract Dacuments. Such "technical data" is idantified in the Supplatnenfiary
Conditions, Contt�actor may not make any Contraet Claitn agait�5t City, c�r any of theiu afficers,
directors, members, partners, emplayees, agents, consultants, or subcontractars with respect to:
1. the completeness of such reports and drawings far Contractor's purposes, including, but not
limited to, any aspects of the means, m�thods, techniyues, sequences and procedures of
CITYOPFpRT WORTH
STANDARDCONS'fR[]CTID3V SPECIFICATION DQCi.INIENTS
Revisian: 8232(1"Ll
ao7aoo-i
����RA�caNairia� s
Page l5 af 63
construction to be employed by Contractor and safety precauEians and programs incident
i:hereto; a�
2. ather data, interpretations, opinions and information contained in such repo��ts ar shawn ar
indicated �n such draw�ngs; or
3. any Con�ractor interpreiatian of or conclusion drawn from any "technical data" ax• any such
other data, interpretations, apinions or information.
C. Cont�•actor shall not be responsible for any Hazardous Envi�onme��tal Condiiion uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or id�ntified
ir� the Contract Docurnents to 6e within the seope af the Work. Contractar shal! be respansib�e for
a Hazardous Env�ronmenta.I Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsi�le.
D. [f Gontractor encauntez�s a Hazardous En�i�onmental Candition or if Contractor or anyor�e for
whom Contf•acto�• is responsible creates a Hazardous Env�ronnnental Condition, Contractor shal]
immediately: (i) secure or otherwise isnlate such conditio�; (ii) stop all WorIc in connection with
such condition and it� any area a�fectedthereby (ezccept in an emergency as requir�d by Paragra�
6.17.A}; and (iu) notiiy City (and promptly therea£ter conf'�rm such notice in writing). City may
consid�r the necessity to retain a Qua]i£�ed expert to evaluate such condi�ian ar take cort•ective
action, if any.
E. Contractor shall nat be required to resume Work in connection with such conc[ition or in any
a�fectedarea until afterCity. has obtained any t•equired permits related thereto and delivered written
notice ta Contractor: (i) speci�ying that such conditian and any affectec� area is or has been
rendered suitable for the resuinption of Worlc; or (ii) spec�'ying any special conditions under wk�ich
such Work may be resumed.
F. If after receipt oi such written notiee Contractor does not agree to resume such 17Vork based on a
reasonable beGef it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Woric that is �n the area afFected by such condition to be
deleted it•om tf►e Warlc. City may h�ve such deleted portion of the Work perforrr�ed bq City's own
forces ar others.
CG. To the fullest extentpertnitted by La�vs and Regulaiions, ContractoY shall indemn� and hold
harmless City, fNom and again.st all clairrrs, costs, losses, and damages (including butnot litraited
to all fees and charges of enganeer�s, at^claitects, attarneys, and ather prof�ssionals and all cou�t
a� arbit�cztion or other dispute resol�tian costs) arising aui of or relating to a Hazcardous
Environfnental Condifion crea.ted by Contractoror by anyanefor�vhom Contr�actaY is resporrsible.
Nothing in this Paragraph 4.06.G shall abligate Cor�tractor to indemn� any individual or entity
from and against the consequences of that individual's or entify's own negligence.
H. The provisions o� Paragraphs 4.02, �.d3, and 4.04 do not apply to a Hazardous Envu°onrnental
Conditian uncovered or revealed atthe Site.
CITY OF FORT �L'QRTII
STA3VDARDCpNSTttUCT[ON SPGCIrICATIOi� DOCLJMENTS
Revisioii: $�13I11J21
oo�zaa-i
GENERAL CAN� IT hON S
Page 16 uf 63
ARTICLE 5-- B ONDS AND INSi]RANCE
5.01 LicensedSu:r^etiesandlnsure�s
All bands and insurance required by the Contract Doeuments to be ��rchased and maintained 6y
Contractor shall be abtained from surety or insurance coir�pan�es tihat are duly licensed or authorized
in the State of Texas to issue bonds or in�urance policies for the limits and cover•ages so required.
�uch surety and insurance campa�ie� shall also meet such additional requi�'ements and qualifieafiions
as may be pravided in the Supplementa�y Conditions.
5.02 �erfo�m�xnce, Pay�nent, andMaintenance Bo�rds�
A. Contraetor shall furnish perfnrmance and payment bonds, in accordance with Texas Goverrunent
Code Chapt�r 2253 or successor statute, each in an amaunt equal ta the Contract Price as
security £or the fait.�iful performance and payrnent of all of Contractor's obligations uncfer the
Contract Documents.
B. Contractor shall furni�h maintenance bonds iu1 an amount equal to the Contract Price as security
to pratect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds sha�l rernain in effect for two (2) years after the date of Fina�
Aceeptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Halding Cer�'icates of Authority as Acceptable Sureties nn k`ederal Bonds and as
Acc�ptab�e Reinsuring Companies" as pub�ished in C�rcular 570 {amended) by the Financial
Management Servic�e, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-faet rr►ust be accampanied by a sealed and dated pawer of attorney whic h
shall show that it is effective on the date ihe agent or attorney-in-fact signed each bond.
D. Ifthe surety on any bond iurnisi�ed by Contractor is declared banicrupt ar becomes insolvent or its
right to do business is �erminated in t�e State af Texas or it ceases ta meet the requ�remenfis of
Paragraph 5.02.C, Con�ractox shall promptly notify City and shall, within 30 days afterthe e�ent
giving rise to such not�cation, provide another �ond and surety, both of wluch sh�ll comply vvith
fihe require�nants of Paragraphs 5..01 an.d 5.02.C.
5.D3 Certificates of Insurance
Cont�actor shall c�eliver to City, with �apies to each additional insured and loss payee identified in tlle
Supplementary eonditions, certi�cates of insurance (other evidence of ins�uanee requested by City or
any atk►er additiona� insured} in at least the mirkimum amount as specifed in the Supplementary
Conditions which Cantractor is required to purehase ar�d maintain.
1. The ce�rtiFicate of insurance shall document the City, and all identified enti�ies named in the
Supp�ementary Conditions as "AdditiQnal Insured" on all liability pnlicies.
CTTYOP FORT WORTI-1
STANDARDCONST11C1GTION SPECiFICATIpN DOCll.fviENI'S
Revisioc�: 823l2021
ao�zoo-i
GENERAL CON�ITION S
Page f 7 of 63
2. The Contractar's general liability insurance shall inclucle a, "per p�ajeci" or "per l�cation",
�ndorsement, which shall be identified in the certificate of insurance pro�vided to the City.
3. The ceitificaie shall be signed by an agent authorized to b�nd coverage on behali oftl�e insu�•ed,
be ca�nplete in its entuety, and show complete insuran.ce carrier names as listed in the current
A.M. Bes� Property & Gasualty Guide
4. The insurers fof all policies must be �icensed and/or appraved to do business in the State of
TeXas. Except for worlcers' compensation, all insurers must have a mi►zunum rating of A-;
VII in the eurrent A. M. Best Key Rating C�aide or have reasonably equivalent financia]
st�•ength and solvency to the satisfaction of Risk Management. If the rating is below that
required, vurit�en approvai o.f City is required.
5. All applicable policies shal[ incl�de a Waiver af �ubrogation {Rights of Recovery) in favor
of the City. In addiiion, the Cant�•aetor agrees to waive all rights af subroga�ion against the
Engineer (if applicable), and each additional in5ured identi�ed in the Supplementary
Conditio�ns
6. Failwre of th� City to demand such certificates or other evidence o�' full compliance with the
insurance requireinents or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Cantractor's obIigation to maintain such iine�
of insuranc� coverage.
7. If insurance pol�cies are not written for speciEi�d co�verage limits, an Umbrella ar 8xcess
Liability iu�surance fbr a.ny differences is required. Excess Liability shall foilflw form of the
primary coveraga.
S. ilnless atherwise stated, all required insurance shall be written on the "accurrence bas�", If
coverage is underwritten on a claims-rnade basis, the retroactive date �hall be coincident �rith
or prior to the date of the effective date of the agreement and the certif icate of insurance shall
state that the coverage is claims-mad� and the retroactive date. The insurance coverage shall
b� maintainec� for the duration of �17e Contract and for fihree (3) years following Final
Acceptance provided tuid�r the Contract Documents or %r the warraniy period, whichever is
[�nger. A.n annual certificate of irzsurance submitted to the City shall evidence such
insuranee coverage.
9. Policies shall ha�e no exclusians by �ndorsements, which, neither nullify or amend, the
requu•ed lines of coverage, nor decrease the limits of said cove�•age unless such endorsements
are appro�ed in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance co�erage,
and the City desi�es the conlractorlengineer to o�tain sneh coverage, the cont�act price sha�l
be adjuste�l by the cost of the premium for such additianal coverage plus 10°/a,
10. Any self-insured reten.tion (SIR), in excess af $25,�00.00, affecting �eyuired insurance
coverage shall be approved by the City in regards io asset value and stockholders' equity. In
CITY OF FORT WpRTA
STANDARDCONSTRUCT[ON Sl'ECIFICATiON DDCUMENTS
Reuision: 8��1
ao �z oa- i
GENERAL CANDITIdN S
Page 18 of 63
lieu af traditianal irisux�ance, a�ternative eoverage maintained through insuranee pools or risk
retention groups, must also be approved by Ciry.
1 l. Any deductibie in excess of $5,000.00, far any policy that daes not provide coverage on a
f�rst-dollar basis, cnust be acceptable to and approved by the City.
12. City, at its sole discretion, ceser�es �e right to re�iew the insuranca requ�rements and to
malce reasanable adjustrnants to insu�ance cov�rage's and their limits when deemed necessary
and prudent by tk�e City based upon changes in statuto�y law, courk decision or the claims
history afthe industzy as well as of the cantracting party to the City. The City shall be required
to provide priar notice of 9� days, and the insurance adjustments shall be incorporated into the
Wark by Change Order.
13. City shal! be entit�ed, upon writt�n request and wi�hout expense, to receive copies af policies
and endorsements thereto and may make any reasonable req��es�s for deletion or revision or
mod�ications of particular policy terms, conditions, Lirriitations, or exclusions necessary to
conform the policy and endarsen�ents to the requirements ofthe Cont�•act. Del�tians,.re�isian.s,
or mocii�cations shall not be required whex•e policy provisions are established by law or
regula�ions b�nding upon either party or the underwrrter on any such policies.
14. City shall not be responsible far the direct payment of ir�suranc� premium costs for
Contractar's insurance. �
5.04 Cont�acto�'s Insur�ance
A. Workers Conzpensation an� Employers' �iability. Contractar shall p�,�rchase and rnaintai� such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Warkers'
Coenpensation Act (Texas Labor Code, Ch. 4ab, as amended), and rninimurr� limits far Employers'
Liabiility as is appropriate for the Work being perfarmed and as will provide protection from claims
set forth below which may ar�ise out of or r�sult from Contractor's perforrnanee of the Work and
Contractor's othec obligations under the Cont�act Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly ar indirectly employed by any of
therrc to perform any of the Work, or by anyone for whose acts any af tlzem may be liable:
1. cla.itns under workers' compensation, disability benefrts, and other similar emplayee benefit
acts;
2. c�aims fot• damages because of bodily injury, occupational sickness or disease, or death of
Contractar's employees.
B. Comme�cial GeneYal Liability. Coverage shall include but nat be limited tn covering liability
(badiiy injury or praperty damag�) ar�sing frorrz: premis�slaperations, independent contractors,
productslcompleted operations, personaI injuey, and liability uruier an insurec� contract. Insurance
shall f�e pra�ided an an occLu•rence basis, and as comprehensive as the current Insuurance Services
Of�'ice (ISO) policy. This insurance shali apply as pritnary insurance with respect to any othee
CITYOF FORT WORTH
STANDARDCONSTRUCTION SEECIFICATION DOC[IMEIVTS
Revision: 8r23/2D21
00 �z cro - t
GENERALCAND1710N S
Page 19 of 63
in�urance oz self-ins�u'ance programs afforded to the City, The Commercial General I�iability
palicy, shall have no exclusions by encEarsements that wrould alter of nulli�y premises/operations,
pxoducts/completed operatians, contractual, persana! injury, or ad�ertising itxjury, which at�
narmally contained with the policy, unless i:he City approves such exclusions in writing.
For construction pro3ects that present a substantial cnmpleted operation e�posure, ihe City may
raquire the con.t�•actor to maintain campleted operations eoverage for a minimum of r�o �ess than
three (3) years fo�lowing the completion of the project {if identif"�ed in the Supplerz�entary
Canditions).
C. Automobile Liability. A commercial busi�ess auto poliey shall provide coverage on ``any auto",
defined as autos ownecl, hir�d and non-owned anc{ pro�ride indemni€ty for elaims for damages
because bodily injury or death of any person and or properry darrzage arising out of the work,
maintenance or use of any motor vehicle by ih� CQntractor, any Subcontrac�or ar Supplier, or by
anyone directly or indirectly ezxiployed by any of them to perform any of the Wark, or ay anyon�
for whose ac�s any af th.en� may be Gable.
D. Rail�aad Protective Liability. If any of the wo�k or any warranty work is within the limits of
railt•nad right-of way, the Contractor shall cornply with the requi�•ements identified in the
S.upple�nentary Conditions.
E. Notifacation of Policy Cancellation: Contractor shall immediately notif'y City upon cancellation
or othez• [oss of insurance cov�rage. Contractor shall stop work until replacement insU�•ance has
been procured. There shaIl �e no time credit for days not work�d pursuant to this section.
5.QS Acceptance ofBondsand.Insut�ance; Option to Replace
If City has any objection to the coverage afforded by ar other provistons of the bonds or insurance
requued ta be purchased and main�a.in�d by the Contractor in aocordance with Article 5 on the basis
of nan-conformance wirh the Cdntract Documents, the City shall so �notify the Contractar ua wri�ing
within 10 Business Days afterreceipt af the certificates (or othec evidence requested). Contractor shall
provide to the Ciry such additionaI informa�ion in respect o� insurance pro�ided as t.�e City may
reasona6ly request. IiContractor does not purchase or maintain all of the bonds and ir�surance requ�red
by the Con�ract Documents, ihe CiCy shall notify the Contractor in writing of such failure prior to the
start oFthe Worl�, or of such failur� tn maintain priar to any change in the required co�erage.
ARTICLE 6 — CONTRACTOR'S RESP4NSXBII,ITIES
b.01 Supervision and.Supe�r�ttendence
A. Contractor shall super�ise, inapect, and direct the Wot•k competently and effciently, devoting
sueh attentian thereta and applying such skills and expertise as rn�y be necessaryto perfarm the
Worl{ in accordance with the Cantract Documents. Contractor shalI be solely z•esponsiUle for the
mear�s, methods, techniques, s�quences, and procedures of constructio�n.
CITYOF FORT WDRTH
STANDAI2DCDNSTItIICTION SPECIFICA7'1QN DOCUMENT�
Re�ision: 823��Z1
00 72 00 - I
GENERAL (:ONDITION S
Page 20 oP 63
B. At all tirnes during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superint.endent who shall not be replaced w'r�out written notice to City. The
Superinfiendent wi� be Contractor's representative at the Site and shall have authority to ac�, on
behalf of Contraclor. All communicat�on given to or recei�ed from the Superinfiendent shaH be
b�nding on Cont� actor.
C. Contractar shali notify tkte City 24 hours prior to moving areas during the sequence of consiructi�n.
b.02 Labo�; WorkingHours
A. C�ntractor sl�all pro�ide competent, suitably qualified personnel to perform construction as
req�ired by the Contract Documents. Contractor shall at ali ti�nes maintain good disciplir�e and
order at the Site.
B. Except as otherwise required �or the safety or protection of persans or the Work ar propetty at
the Site or adjacent thereto, and ez�cept as otherwise stated iri the Contract Documents, all Work
at the Site shall be per%rrned di,uirjg Regular Workir�g Hours. Contractar will not p�rm�t the
perfornnar�ce of Work beyond Regular Working Hours or for V1�e�kend �Narking Hours w�thout
City's written consent (whieh. will not be �anreasonably withheld). Written request (by letter or
electronic communication) to pei-form V�Iork:
for beyond Regular Worlci�g Hours request must be macEe by noan at least two (2) Business
Days prior
2. for Weekend Vilorking Hours request must be mad� by noon of the preceding Thursday
3. for legai holiciays requ�st must be made by noon two Business Days prior to the legal
holiday.
6.03 Se�aces, Matet�ials, and Equipment
A. Unless otherwise specifed in the Contract Docurnents, Contractor shall provide anci assume fiall
responsibility for aIl services, materials, equipment, labor, transportation, construction equipment
and i�nachiriery, tnols, appliances, fuel, power, light, heat, telephane, water, sanitaiy facilities,
temp�rary facilities, and all ather facilities and incidentals necessary for the performance,
Contractar required testiuzg, start-up, anci cnmpFetion of the Work.
B. All materials and equipment incorporated mto the Work shall be as specified or, if not specifxed,
shall be of good quajity and new, except as otherwise provided in the Contract Doeu�ents. A11
special vvarranties and guarantees required by the Speeifcatians shall e�ressly run to the benefit
of City. If required by City, Contractor shal! furnish satisfactory evidence (including re�orts of
required tests) as to the source, lcind, and quality of rnateria�s and ec�uipment.
CITY OF FORT WORTH
STAIVDARDCOMSTRUCTION SPECIFlCATIpN DOCLlMENTS
Revision: 8�23/1A2f
00 �2 00 - i
GENERALCON�ITION S
Page 21 of 63
s.a�
6.05
C. All materials and equipment to be ir�corporated into the Work shall be stored, applied, installed,
conn�cted, erected, protected, used, cleaned, and conditianed in accordance with insiructions of
the applicable Supp�ier, except as oth��-wise may be provided in the Contract Documents.
D. All items of standard equip�nent to 6e incorparated into t�e Wax•k shall be the latest model at the
time of bid, unless otherwise specified.
Praject Schedule
A. Contractor shali adhere to the Project Schedule established in accordance with Paragraph 2.07
and the Gener•aI Requieem�nts as �t may be adjusted fram tune to tirne as prQvided b�Iow.
1. Cont�actor shall submit to City for acceptanee (to the exfient ir�dicated in Pacagraph 2.07 and
d�e General Requirements) prapased adjustments in the Praject Schedu�e that will not result
in changing the Contract Time. Such adjustments wi�l comply with any prov�ians of the
Ganeral Requirements app�icable thereto.
2. Contrac�ar shall su6mit to City a monthly Project Schecfule with a rr�ont�ily pi•�gr�ss payment
far the duration o�'th� Contract in accardance with the schedule speciffcation Ol 32 �fi.
3. Propased adjustments ir� the Project Schedule that wi[I
stabz�itted in accordance with the requirerraents of Article
may only b� made by a Change Order.
Sub,�tttutes and "O�-Equals"
change th:e Contract Time shall be
12. Adjustments in Contract Time
A, Whenev�r an i�enn of material or equipment �s specified or described in the Contract Documents
by using the narne of a proprietary item or �he name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, antl quality required. Unless the
speeifieation or descriptian contains or is followed by words readiing that no like, equivalent, or
"or-equal" item or no substi�ution is permitteci, other items af material or equip�nent of other
Suppiiers may be subm�tted to City for review unde.r the c�rcumstances described belovu.
l. "Or�-Equal"Items: If in Ctty's sole di�cretion an item afmaterial ot• equipmeni proposed by
Contractor is functionally equal to that nam�d and sufficientIy sinular so that no change iri
r�lated Wor•lc will be required, it rnay be considered by City as an "or-equal" item, in w�ich
case review and appraval af the proposed item may, in Ciry's sole discretion, 6e accainplished
without compl'rance with some or ail of t11e t�equirements far approval of proposed substi��ate
items. For ihe purposes of this Paragraph 6.OS.A.1, a proposed item of inaterial or equipment
will be considet•ed functionally egual to an item so natned if:
a. the City determines that:
1} it is at leasti equal in materials of con5truction, quality, durabiltty, appearance,
strength, and design characteristics;
CITY OF FOI2T' WORTH
STANDARDCONS'CR[ICT[qN SPECIrICAT14N DOCiIMENTS
Revisiou; 81I3/?,QQI
oo�zoo-i
G�NERA.L GflNdIT10N S
1'age 22 aF G3
2) it wil[ reliably perform at least equally well the function and achieve the results
irr�pased by ihe desig� concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and a�ailability of respansive service; and
l�. Cantractor certifies 1�hat, if approved and i�corporated into the Warlc:
1} thet� vvill be no inccease in cost to the Ciry or ir�crease in Contract Time; and
2) it wi�l conform substantially to tk�e detailed requuerz�ents of the item named in the
Contract Dacurr�enis.
2. Subsfatute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor daes
not qual�y as an "or-equal" item under Paragraph 6.Q5.A.1, it may �e submitted as a
proposed substitute item.
b. Cont�actor shall submit sufficient informatian as pro�id�d belaw to allow City to determine
if the ite� af material or equipment proposed is essentially equivalenC to that named and
ar� acceptable substitute therefor. Requests for re�view of proposed substitute itenns af
materia� or equipment will not be accepted by City from anyone other than Contractor.
c. Contractor shal! malce writfen application ta City far review of a propa�ed substitute iCem
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify t�at the praposed substiiute itern will:
a} perform adequat�ly the fur�ctio�s and achie�e the results called for by the general
design;
b) be sirrular in substance to that spec�ied;
c) be suited to the same use as �►at specified; and
2) vvilt state:
a) the e�ent, if any, to which th� use of the prop�sed substitute item wilI pre�udice
Contractor's achievernent of final completion on time;
b) whether use of the praposed substitute item in the Wark will require a change in
any of the Contract Documents (or in the pro�isions of any other direct contract
with City for otlzer work on the Proj�ct) to adapt the design to the proposed
substi�te �tem;
CITY OF FdRT WORTH
5TA1+iBAI2DCONSTRi3CTI0N SPECIFECATIdN DOCUMEI�i'fS
Revisian: 81�32U21
oorzoo-i
GENERAL CONO ITIQN S
Page 23 of 63
c} whether incorporation o� use of the proposed substitute hem in connection wi�h
the �Jork is subject ta payrnent of any lieense fe� or royahy; and
3) t�vill ident�'y:
a} all variations of the prnposed substitute item fi�om that speci�ed;
b) available engineering, sales, maintenance, repair, and replacement serrrices; and
�4) shall contain an itemizec[ estimat� of all costs or credits that �vill result directly or
indirectly frorn use of such substitute it�m, including costs of redesign and Damage
Claims of other contractors affacted by any resuttii�g change.
B. SubsCitut� ConstructionMethods o�Procec%es: If a specific means, method, tecl�nique, s�quence,
or procedure of canstxuction is e�pressly required by the Cnntract Dacuments, Contractor may
furnish or utilize a substitz.it� means, method, iechnique, sequence, or pracedure of construc�ian
appro�ed by City. Con�ractor shafl subznit sufficient informatian to allow City, in City's sole
discretion, to determine that the substitute proposed is equinralent to that expressly called for by
the Cantraet Documen�. Contt•actor shall make written application to City for review in the same
manner as those pro�ided in Paragraph 6.05.A.2.
C. City's Eualuation: Ci�ty will be allowed a reasanable time within wk�ich to evaluaie each
proposal or subrnitta] made pursuanito Paragraphs6.O5.Aand 6.OS.B, City mayrequire Cantractor
to furnish additional data aboui th� proposed substitute. City will be the sole judge of accept�bility.
No "or-eyual" or substitute will be arde�ed, in�talfed or utilized until City's re�iew i� complete,
whic� will be e�idenced by a Change Order in the case of a substitute and an accepted �ubmittal
for an "ar-equal." City will advise Contractor �in writing of �ts deterinmation,
D. Special Gua�a�atee: Ci�ty may require Cantractor to furnish at Contractor's expens� a special
performance guarantae, warranty, ar other sureiy with respect to any substitute. Contr�actor shall
indemnffy and hold harmless Gity and anyo�ae di�ectly o� indirectly employed by ther�afrom and
against any and aIl clarms, darnages, losse,s c�nd expenses (including attorneys fees) arising oiit of
the use of substitt�ted materials or equi�ment.
E. Caty's CostReimbursement: City will record Ciiy's costs in evaluating a substitute proposed or
submitied by Contract�r pursuant to Paragraphs 6.Q5.A.2 and 6.OS.B. Whether or noi City
approves a su6stitute so p�•opased or su6mitted by Conf�actor, Cantractor may be r�qu�red to
rei�nbi.u•se City for evaivating each such proposed substitut�. Contractor may also b� required to
r�imburse City far the charg�s for making changes in the Conteact Documents (or in the provisions
of any ather direct contract with City} resulting f'rom the acceptance of' each proposed substitute.
F. Coni�actor's Expense: Contractox shall provide ail data in suppart of any proposed substitute ar
"ar-equal" at �ontractor's expense.
C[TYOFFORT WORTH
STANDARDCDNSTAUCI'I41V SPECIFICA7'IOtJ DdCUMENTS
Revisian: 8�13F2A21
aa�zao•�
GENEF2AL CdN�1TlON 5
Page 24 af 63
G. Crty Substitute Reimbu�sement: Costs (savings or cha�ges) attributable to acceptance oFa substi�ute
shali be incorporated to the Contract by Change Order.
H. Tinze Extensions: No additional time will be granted for substitutions.
6.06 CancerningSubcontractors, Suppliers, andOthers
A. Contractor shail perform with h�s own organization, worlc of a value not le5s than 35a/o of the
value embraced on the CQntract, unless otY�erwise appraved by the Ciry.
B. Contractor sl�all not amplay any Sui�contractor, Supplier, or other iridivi�ual or entiry, whether
initially oj• as a replacement, against whom City may Y�ave reasonab�e ob,�ection. Contractor shall
nat be requi�ed to ernplay any Subcontt�ac�or, Suppli�r, or other individual or entity to fi�rnish or
perfor� any of the Wark against whom Contractor has reasonable objection (excluding tilos�
acc�ptable to City as indicated in Paragraph 6.06.C).
C. The City may fi•om tiene to t�ne require the use of certain Subcontractars, Supp�iers, or other
individvals or entities on the pro�ect, and will provide such requ�re�-nents in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is Czty policy ta ensure the full and equitable
pa.rticipation by Minority Business E�terprises {MBE) in the proeurement of goads and serviees
on a contractual basis. Ii the ContraetDocuz�►en�s provide for a MBE gqaI, Contractat- is requu�d
to coanpiy with the intent of t�e City's MBE Ordinance (as amended) by the %llowing:
L. Contractar shall, upan request hy City, provide complete and accurate infarmation regarding
actual work per�ormed by a MBE on the Contract ar►d payzxient iher�fnr.
2. Contractor will not make addiiians, deletiQns, or su�astitutions of accepted MBE without
wri�ten consent of the City. Any un�ustifed change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the pracedures autlined in the
Ordinance.
3. Contractor shall, upon �equest by City, allow an audi� and/or examination af any books, records,
or fi�es in t�e possession of the Contractor that will substantiate the actual work perFormed by
an MBE. l�aterial misrepresentation of any nature will be g4unds for ternaination of the
CanCract in accordance wiih Paragraph ] 5.02.A. Any such rni.srepresentation rnay be grounds
for disc�ualification of Contractor to bid on future contracts with the Ciry for a period of
not less tnan thr�e years.
B. Contractor shall be fully respons�ble to City %r all acts and amissions �f the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and om�ssions. Nathing in the Contraet
Documents:
CITY OF PORT WORTH
STAPIDARpCONSTRUCTIDN SPECIFICATIaN DOCUMEIVTS
Revisioit: A23/2(Yll
ao �a oo - i
GEN�RAL C�NpITION S
Page 25 af G3
L shall create for the benefit of any such Subcontractor, S.uppli�r, or ofiher ir�dividual or entity
any cont�•actual relatianship betwean City and any such Subcontractar, Supplier or other
individual or entity; no�•
2. shall create any abligation on the part of City to pay oi• to see to the payinent of any moneys
due any s�ch SubcontractQr, SuppGe�•, or other individua l or entity �xcept as may otherwlse be
required by Laws and Regula�ions.
F. Cont�•actor shall be sojely responsible f�r scheduling and caardinating the Work afSubconirac%rs,
Suppliers, and other individua ]s or entities per%rming or furnishing any of the Woric under a ditect
ox� indirect coniract with Contractor.
G. All Subcon�ractors, Suppliers, and such other• indi�iduals oe entities performing or furnishing any
of the Work shall communicate with City through Cont�•actor,
H. All Wo�•k performec! for Contractor by a Subcantraetor or Suppli�r will be pursuant to an
appropriate agreement between Contractor �nd the Subcontractar or Supplier which specifically
bi�zds the Subcontractar or Supplier to the applicable terrns and conditions of the Contract
Documents t'or the benefrt of Ci�y. �
6.07 Wrxge Rates
A. D�ty to pay Prevaaling Wage Rates. The Contractor shalf corr�ply with all requirements of
Cllapter 2258, Te�as C,avernment Code (as amendad), including tlle payt�ent of not less than the
i•ates detecanined by the City Couneil of the City of Fort V�orth to be tHe prevailing �vage rates in
accordance with Chapter 2258, Such prevailing wa�e rates are inaluded ic1 thes� Contract
Documents.
B. Penalty for Violatian. A Contractor or any Subcontractor who does not pay tlie prevailing wage
shall, upon demand made by the Ciry, pay to the City $bQ for each worker employed fok each
calendar day ar part of th� daythat the worker is paid less than the pa�evailing wage rates stipulated
in these contractdocuments. This penalty shall be retairted by the Ciry to offset its administrative
costs, pursuant to Texas Gavernment Code 2258.023,
C, Camplar�ats of Violations a�d City Determination of Good Cause. On receipt af mformation,
including a complaint by a worker, concerning an alleged violation of 225$.023, Texas
Go�ernment Code, by a Gontractor or Subcontractor, the City shall make an initial
det�rininatian, before the 31st day afterthe date the City receives the information, as ta whether
good cause exists to believe that the uiolation occurred. The City shall notify in writing the
�ontractor or Subcnntractar and any affected worker �f its Snitial determination. Y1pon the City's
determir�ation that t.here is good cause ta 6eli�eve the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference betweenwages paid and vvages due under the prevailing wage rates, such ainounts beir�g
subtracted froz�n s��ccessive pragress payn�ents �endi�g a imal determination of the vialatian.
CITY QF FORT WORTH
STANDARDCONSTRUCTION SPECIF[CATION DOCUMENTS
Revision: $�Z311A21
oo �a oo- �
GENERA�CANDITION 5
Page 2b of 63
D. Arbatration Requared if T�ioiation 1Votl�esolved. An issue relating to an a]Ieged �iolation of Section
2258.023, Texas Government Code, including a penalty owed to the City ar an af%ctedworker,
shall be submilted to binding ax•bi�t�ration in accardance with the Texas General Arbitration Act
(Art�cle 224 et seq., Revised Statutes} if tkte Contraetor or Subcontractor and any affected worker
dc�es not resol�e the issue �y agreertient before the 15th day afterthe date the Cily makes its initial
determination pufsuant to �'aragraph C above. If the persons requir�d to arbi�rate under ti�is
sec�ion do not agr�e on an arbitrator befare the I lth day after the date that arbiteation is required,
a dist�•ict court shall appoint an arbitrator on the petition af any of th� persons. The City i� not a
party in the arbi�ration. The decisitin and award of the arbitralar is %nal and binding on all parties
anci may be enforced in any court of co�npetent jur�sdiction.
E. Records to be Mai�ztained. The Contracto� and each Subcontracior shall, far a period of three (3j
yeacs foilowing the date of acceptance of the work, maintairl recards that show (i) the narne and
occupation of eachworker ennployed by the Contractor in the construction of the Work pro�ided
for in this Con�ract; and (u) �he actual per diem wages paid to each warI�er. The records shall be
open at all reasanable hours far inspection by the City. The provisions of Pa�•agraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Prog�ess Payrner�ts. With each progress payrnent or payro�l period, whichever is less, the
Cantractor shall subtnit an af�davit statirag that the Con�ractor has complied with the requirements
of Chapter 2258, Texas Government Code.
G. Pasfing of �age Raies. The Contractor shall post prevailing wage rates sn a conspicuaus place at
aIl times.
H. Subcont�acto� Compliance. The Contractor shall includ� in its �ubcant�racts and/or shali
otherwise require alI oiits Subcontractars to comply with Paragraphs A through G abave.
6.08 PatentFeesandRoyalties
A. Contractor shall pay all license fees and roya�ties and assume al� costs �cident to the use in the
performance of the Wark or the incarporation iri the Work af any inventian, desi�gn, process,
product, or device which i� the subject of patent rights or copyrights held by others. If a pairticular
invention, design, process, product, or device is specif'ied in the Contract Docwnents for use in the
perfarmance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or capyrig�ts calling %r the payment of any Gcense fee or rp�alty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failvre of the City to disc�ose such
it�ormation doe5 not relie�e the Contractor frorn its obligaiions to pay for the use af said fees ar
royalties to others.
B. To the fullest extent pe�mitted by Laws and Regulatio�r.s, Cont�acta�- shall inder�anify and hold
har�n�tless Caty, from and against all claims, casts, losses, a.nd damages (including but notlirrtited
to cadl fees and char�es of engineers, architects, attarneys, and oiher p�ofessianais and all cou�t
or a�bitraiion ar othe� dispu% resolution costs) arising out of o� relating to any infringementof
patent rights or copyrights incident to the use in the pe�fo�mance of the Work or resudtingf�om
CITY OF FORT W�RTH
STANnARDCONSTRUCTION 3PECIFICATIOkV 1](7CUMElV'I�S
Revision: 823l2D21
oo��ao-i
GENERAL CANO ITION 5
Page 27 of 63
the rncos�poration in the Work of any rnvenifon, design., process�, p�^oduct, o� device notspec�ed
in the ContxactDocuments.
6.09 Permits and Utidities
A. Contracto� obtained per�rnits and licenses. Contractor shall ai�tain and pay for all construction
perrnits and licenses except those pra�ided for in the Supplernentary Conditions or Contract
Documents. City shall assist Cont�•actar, when necessary, in obtaining such permits and licenses.
Contractoi• shall pay all governmental cnarges and inspection fees z�ecessary for the prosecutian of
the Work which are applicable at the time pf opening af Bids, or, if there are no Bids, on the
EfFective Date of the Agreement, except for permits pro�ided b� the City as specif�ed in b.09.B.
City shall pay all cnarges af utility owners far con�nections for pro�iding permanent service to the
Wark.
B. City obtrxined'permitsancilicenses. Citywill obtait�► and pay for aIl permits and licenses as peovided
for in the Suppiementary Canditians or Contract Docu�nents. It will be the Coniractor's
responsibility ta carry out the provisinns ai the perm�. If the Cantractor initiates changes to the
Conit•act and the City approves the changes, the Cont�•acto�• is responsible for obta.ining c�eaz•ances
and eoord'ulating with the appropriate regulatory agency. The Gity will not reimburse the
Contractor for any cas� associated with these requirements of any Crty acquired permit. The
faIlawzng are permits the City wi�l obtain if required:
1. Texas Department�fTransportation Per�nits
2. U.S. Army Co�ps af Er�gineers Permits
3. Texas Commission on Enviconmental Quality k'ermits
4. Railraad Comp�ny Permits
C. �utstcrnding per�mits and licenses. The Ci�y anticipates acquisition af andlor access io permits
and licenses. Any autstanding permits an:d lieenses are anticipated to be acquieed in accordance
with the schedule set �orth in the Supplementary Conditions. The Px•oject Schedule submitted by
the Con�ractor in accardance with ihe ContractDdcurr�ents must cnnsider any ouCsta.nding permits
and iicenses.
G.10 Laws and Regulations
A. Contractor shall give all notices required by and sha11 comply with all Laws and Regulations
applicable to the performance of the Worl�. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be respansible for monitoring Cont�actor's
cQmpliance with any Laws or Regulations.
B. If Caniractor perfornns any Wortc l�nowing or having reasan to know Y.hiat it is cont�ary to Laws or
Reguiations, Gontractor shall bearall clauns, casts, losses, and damages (including but not limited
to all fees and charge5 of engineers, architecis, attorneys, and nther professionals and a�l
CITY O�' FORT WqRTH
STANDARDCONS7R[JCT[ON SPEC[FICATION ZJOCUMENTS
Revision: 8,?.3fi�21
oa7zoa-t
GENERALCAN�ITIONS
Page 28 af f3
court or arbitration or other dispute resolution costs} arising out of or relating to such Work.
Howe�ex�, it sha�1 not be Cantcactor's respotasibility ta make certain that the Specii"ications and
Dxawir�gs ace fn accoedance with Laws and Regulatior�s, but this shall not relieve Contractor of
Cantractor's obligations under Para�eaph 3.02.
C. Changes ir1 Laws or Regulations nqt [cnown at the time of opening of Bids 4iaving an e�fect on
the cost or �irr�e af performance of the Work may be the subject of an adjustment in Cantraci Price
or Cantraet Time.
6.1 l Taxes
A. On a contract awarded by the City, an organization which q�aali�ies for exemption pursuant to
Te�s Tax Code, Subc�apter H, Sections 151.301-335 (as amended), the Contxactor maypurchase,
rent or lease a!1 materia�s, supplies and equiprnent used or consumed in tHe perforrraance of this
contract by issuing to his suppGer an �xemptian certificate in lieu of the ta�, said exemption
certif'icate ta comply with State Comp�iollet•'s Ruiing .007. Any such exemption cerCif`icate issued
�to fhe Contractor in Geu of the tax s4�ali be sublect to and shall comply with the provision of State
Comptroller's Ruiir�g .011, and any other applicable rulings pertaining to the Texas Tax Cnde,
Subchap#er H.
B. T��s Taxpermits and information may be obtained firom:
l. Comptralle� of Public Accounts
Sales TaxDi�ision
Capitol Station
Austin, TX '1$711; ar
2. http:l/www.�vindov� state.�.us�taxinfo/taxf�rms/93-fcrm€.html
b.12 Use of Site and Other Areas
A. Limitc�tion on Use of Site and Other�A�erxs:
Contractor shall conf'�e constr•uction equiptnent, the storage of �naterials and eguipment, and
the operations oi workers to the Site and other areas perrniitad by Laws and Regulations, and
shall not urueasonably encumber the Site arid ather areaswith construction equipment or other
material� or equipment. Contractor shall assume full responsibility �or any damage ta any such
land or area, or to the owner or occupant thereof, or of aMy adjacent �and flr areas resuituag
fi•om the performance of the Work.
2, At arry time when, in the judgment af the City, the Contractor has obstructed or closed or is
carcying on operations in a portion of a street, right-of-way, or easement greater tl�ati is
necessary far proper execution of the Wock, the Gity may requue t�e Cont�•acto�• ta fin�sh tile
section on which aperations are in progress before work is commenced on any additional
area of the Site.
GTTY aP P ORT WORTH
STANDAIiDCqN5T11UCTE0N 3PECIFICATiQN DOCUM�Ai1'S
Reuisian: SIL312021
oo�zoo-�
GENERALGONnI710N S
Paga 29 of 63
3. Shnuld any Daxnage Claim be ma.de by any such owner or occupant because of the performance
of tE�e Waz•k, Contractor shall p��omptly attempt to resolve the Dainag� Claun.
4. Pursuant lo Pc�Nagraph 6.2.1, Contracto� shall indemnifya�rd hodd ha�mless City, fr�o�a and
against t��l claims, costs, losses, and datr�ages c�ri,singout af or r�elat�'rag to arry clairrc oN action,
legal aN equitable, brought by any sa�ch owr�er� or� occupant rxgainst Cily.
B. Rerrtoval of Debris Dur�ing PeYforrtzance of the Wark: During the progress of the Worlc
Contractor shall keep the Site and ather areas freefram accumulations af waste materials, rubbish,
and other debx�is. Removal and disposal af sueh waste matez•ia�s, rubbish, and othee debris shall
con%rm to applicable Lavvs and Regulations.
C. S`ate 11�aantencance Cleaning; 24 hours after written zlotice is given to tl�e Contractor that the
clean-up on the job sii;e is praceeding in a manner unsati�factoty to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
approp�•iate to coz•�•ect the clean-up cEeficiencies cited to the Contractor in t�e writterz not�ce
(b� lefter or electronic communication.}, and tha casts of such direct action, plus 2S % of such
costs, shall be d�ducted from the mani�s due or to becozne due to the Contractar.
D. Final Site Cleaning: Priar to Final Acceptance of the Worl� Contractor sh.all clean the Site and
the Worlc and malce it ready for uti�ization by City or adjacentproperty owner. At the compietron
of the Worlc Contractor shall remove from the �ite all ton]s, appliances, cons�•uction eyuipnr�ent
and machin�ry, and surplus materia�s and shall restot•� to origic�al condition ar better aIl property
disiutbed by the Work.
E. Loading Slructr�res: Contractor shall noi load nor perinit any part of any structure to be loaded
in any manner thai will endan�er tk�e structure, nor shall Contractor subjecl any part of the Work
or adjacent property ta stcesses or pressur�s that wiIl endanger it.
6.13 RecoYd Documents
A. Cantractor shal� maintain in a safe place at the �it� ar in a place designated by the Contractoz� and
approved by the City, one (1) record copy of al! Drawings, Spec�'icati�ns, Addenda, Change
Drde�•s, Fisld �rders, and written interpretations and clarifications in good order and annotatect to
show changes made d�at�ing construction. These record documents together with ay appro�ed
Samples and a counterpart of all accepted SubmittaLs will be a�ai[a6le to Cily for reference. L]pan
cornpletion of tk�e Worlc, thes� record dociunents, any operation ancf maintenanee manua.ls, and
Submittals wili be delNered to City prior to Pinal Inspection. Contaractor shal[ include accUrate
loc�tions for buried and imbedded rtems,
6.14 Saf'ely and Protection
A. Contractor shall be soleiy responsible for initiating, maintaining and supervising alI safety
precautions and pragrams ua eonnection wi�h the Work. Such responsibility does not xelie�e
Subcont�actors of iheir responsibiliry for the safety of persons or property in the performance af
their work, nor for campliance with applicable safety Laws and Regiilations. Contractor shall
C[TY OF FORT WdRTH
STANDARDCONSTRUCTION SPECII'[CATION DOC�JMENTS
Rev i s i a n: 81J.3flOF.l
aa 7a oo - �
GENERAL CANDITIO�V S
Pagc 30 of 63
take all r�ecessary precautions for the safaty of, and shall provide the necessacy pfotection to
prevent damage, injury or loss to:
l. alI persons an the Site or who may be affecteci bythe Work;
2, all th� Work and rnaterials and equipment to be incorpQrated therein, wheiher in storage on
or off the Si�e; and
3. other property at the Site or adjacent thereto, incjuding trees, shrubs, lawns, wa�lcs,
pavements, roadways, structures, utilities, and Unde�ground Facilities not designated for
removal, relocation, ar re�laceinent in the c�urse of construction.
B. Contractar shaIl comply with all applicable Laws and Regulations relating to the safety of
persons or prope�ty, or to the protection of persans or property from damage, injury, or loss; ar�d
shall erect and maintain all necessary saf�guards for such safety and protection. Contractar shaU
noti£y owners oi adjacent �roperry and af Underground Facilities and other utility owners when
prosecution of the Work may affect thenn, and shall cooperate with tk�em in ihe protection,
removal, relocation, and replacem�nt of their propex�ty.
C. Contractar shall comply with the applicable requ`rrements of City's safety programs, if any.
D. Conta•actar shall infottin City of the specific requirements of Contractor's safety program, if any,
vvith which City's employees and representat�ves must camply while at the Site.
E, All damage, injury, or �oss to any �roperty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whale or in part, by Contractor, any Subcontractor, Supplier, oc any ather
individuai ar entsl:y direct�y or indirectly employecE by any of them ta perform any o� the Work,
or anyone for whose acts any of them tnay be liable, shalI be remedied �y �Contractor.
F. Contractor's duties and respansibilrties for safety and for protection of the Work shall contin�ae
until such time as all the Work is cannpleted and Crty has accepted tile Work.
6.15 Safety Rep�esentative
Contractor shal� inform City in writing of Contractor's designated safety representati�e at #he Si�e.
6.16 I�azar�l Canzmunication Frog�ar�s
CQntractor shall he responsible %r coordinating any exchange nf material safety data sheets or other
hazard c�mmunication infocmatinn required to be rnade available to or exchanged beiween or amnng
employers in aecordance with Laws or Regulations.
6.17 Emer�ge�zcies and/o� Rectifrcation
A. In emergencies affectarig the safety ar protectian of persons or the Work oc praperty at the Site ar
adjacent thereto, Contractor is obl'�ated to act to prevent thr�atened damage, injury, or loss.
Contrractar shail giv� City pcompt written no�ice � Can�ractor believ�s that any significant
ciTYOF �ox�• wor��
STANDA[tDCON5TRi7CT[ON SPEC[FTCATIl7N DOCUMEI�ITS
Revision: 82i/L(121
ao�zan-i
G�N�RALCON�ITIONS
Pa�e 3 l nf 63
cha�ges in the Wnrk or variations from the Contract Docutnents have been caused thereby or are
rec�ieed as a result thereof. If City deterrnines that a change in the Contract Documents is requi�ed
because aithe action taken by Contrac�or in x�esponse to such an emergency, a Change Ordec znay
be issued.
B. Should �e ContracCor fail to respond to a reqUest fro�n the City to rect�'y any discrepaneies,
omissians, ar eorrection necessaryto canf'orm with the requieements of the Contract Documents,
the City shall �;ive the Contractor vvrit�en notice that such work or changes are to be performed.
The written notiee shall direct attentian to the discrepant condrtion and rec�uest the Conieactor to
talce remedial action to carrect the condiEion, In the e�ent the Contr�ctor cloes nnt ta�ce pQsi�i�e
steps to fulfiil this written request, or cfoes not sho�v just cause for not taking the propec action,
wrthin 24 hauz•s, the City rnay talce such rem�dial action wi�h City forces or by contract. The Cit�
shall deduct an amount equal to t��e entire costs far such remedial action, plu� 25%, from any
funds due or became due tlae Coni:ractor on the Projeet.
6.18 Submitta�s
A. Conti•actor shall submit required Submittals to Cit� for review and acceptance in accordance
�ith the accepted Scheduie of Submittals (as req�aired 6y Paragraph 2.0'�. Each submittal will be
identif'�ed as City may reqUu•e.
l. Submit number o�copies specified in the General Requireinents.
2. Data shown on ihe Subinitta�s will be complete wit.� respectto quantities, dimensions, speciti�d
perforrnance and design criteria, materia�s, and similar data to show City the ser�ices,
materials, and �quipment Contt•actor p�oposes to provide and to enab.le CiCy to review the
informatian for the [imited purposes z�equired by Paragrapll &.18.C.
3. Su6mitkals submitted as herein provided by Contractor and reviewe.d by City for
cot�forrnance with the design concept shall be exectrted in conformity r�ith. the Contract
Docunients unless otherwise required E�y Crt.y.
4. When Submittals are subrr�itted for th� purpase of showing the installation in greater detail,
their review shall nat excuse Contractor from requirements shown an the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City i� not expeeted to conduct re�iew or
�alce responsive action may 6e sa identified in the Contract Documents.
6. Submrt required number of Samples specit'ied in the Spec�cations.
7. Clearly identify each Sample as to matexial, Supplier, pertinent data such as catalog numbers,
the use for whieh intended and other data as Ciry may require to enable City to review the
s�bmit�al foi tk�e limited purpos�s required by Paragraph 6.1$.C.
CITY OF �'ORT WORT}i
STANDARDCONSTR[JCTIOR' SPEC[C1CATi0M DOCUivIENTS
Re�ision: 823/2Q2.1
oo7aoo-�
GENERAL EONflITION S
Page 32 of G3
B. Where a Submitfal �s cequired by the Contract Documents or the Schedule of Submittals, any
related �hiorlc perfox�nned prior to C�ty's re�view and acceptance of the pert�nent submittal will be
a� the sole expense and responsibility af Contractar.
C. City's Review:
l. City will provide tunely review of required Submittals un accordance with the Schedule of
Subinittals acceptable to City. Ciry's review and acceptance will be only to determine if the
items covered by the su6mitta�s wilf, after installa�ion or incorporation in the Work, eon%rm
to t�e information given in the ContractDocurr�ents ar�d be compatib�e with the design concept
of the completed I'coject as a functioning whole as indicated by the Contract Documents.
2. City's review and acceptance wilI not e�enc� to means, methods, techniques, sequences, or
p�ocedures af construction (except where a particular means, methad, technique, sec�uence,
or procedure of construction is specif"ically and expressly called for by the Contract
Do�cuments) or to safety precautior�s flr programs incident thereto. The r�view and acceptance
af a separate i�em as such will nat indicate approval of the assernbly in which the item
functions.
3. City's review and acceptance shall not relieve Contractar from responsibiiity fo� any
variation frotn the requirements oi the Contra.ct Dacumen�s unless Contractor has compGed
with the requirements of Section O1 33 00 and City has given written acceptance of each
such varia�ion by specific written notation tl�ereof incorporated in or acconnpa►�ying the
Subrnittal. City's review and acceptance shail not z�elie�e Contractor from responsibility fox•
complyiing witil the requirements of the Contract Dociunents.
b.19 Contanuingthe Wark
Except as otherwise pravided, Contractor shall carry on the Work and adher� to the Project Schedule
diu ing all d�sputes or disagreements with Ciry. No Work shall be delayed or postponed pending
resolutian of any disput�s or disagreements, except as Gity and Contractor naay atherwise agree in
writing.
b.2� Contracto�'s General Wa�^ranty and G�raratee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Docurnents and wiIl not be defective. City and i�s officers, directors, members, partners,
employees, agents, consultants, and subcantraetors slaaU be entiil�d to re�y on representation af
Contractor's warraniy and guarant�e.
B. Contraetor's warranty anc� guarantee hereunder excludes defects or daxnage caused by:
1. abuse, mod�fication, or improper maintenance or operation by persons other than Cantractar,
Subcontractoz�s, SuppIiers, or any other indivicival or entity foc whom Contractor is
responsibie; ar
CITYOF FO�tT WORTH
STANTIARDCdN5TRUCTCON SPECIFECATiOIV DOCLTMIIVTS
t�avision: 8rL3i�21
4072QO-I
GENERAL CflN01T IO�I S
Page 33 of 63
2. narmal wear and fear under normal usage.
C. Contractor's obl�gation to perform and complete the Worl� in accordance with the Contract
Documents shall b� absolute. Nane of the £ollawing wil! constitute an acceptance of Work that is
not in accordance with the Contract Documents or a r�lease of Contractor's obligation to perform
the Work in accordance with the Cont�•aci Documents:
1. obseivations by City;
2. recammendatzon a�• payment by City of any progcess or finaI payment;
the issuance of a certif'icate �i Final Acceptance by City or any payment related thereta by
Ciry;
4. use or nccupancy of t�e Work or any part thereof by City;
5. any re�iew and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
any correction af defecti�ve Work by City.
D. Tha Conta•actor shall remedy any defects or dama.ges in the Work and pay for any damage to
other worlt or property resulti�g therefarom which shall appear �uithin a per�od af two (2) years
fz•om the date of Final Acceptance of the Worlc unless a longer period is specified and s�all f�:u•nish
a good a.nd sufficient maintenance boncl, complying with �he requicements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.2I Indemnifica#ion
A. Contractox covenants and agrees t� indemnify, �old harmless and defend, a� its own
expense,the Ciiy, its officers, servants and ernployees,from and againsf any and all claims
arising out o� or alleged �a arise ont of, the r�vork and services to be performed by the
Co�tractor, its affieers, agenfs, employees, subcontractors, Xicenses ar invitees e�nder thi�
Contract. I� Y IQN + _T
� R '1' { + _TH
OR SCIMF, nF THF T1AMA(iF.� RF _G �nT�CTNT Wi:RF C'AiT�F WH[7T,F. nR TN
PART. BY ANY ACT.�M1��i�N nR NF(?i,T(iF,N(":F OF THF C"YTV. This indemnity
provision i� intended to include, wit�out limitation, indemnity for co�ts, exp�nses and Iegal
fees incurred hy the Cify in defending against such claims and causes of �etions.
B. Contractarcavenantsandagreestoindemn'rfyandholdharmless,atitsovvnexpense,theCity,
its officers, servants and emplayees, from and agaiust any and aIl loss,damag� or destructian
of property of the City, arising out o� or alleged to arise ouf o� the work and se�-vices to b�
performed by the Contracfor, its afficers, agents, employees, subcontractors, licensees or
invitees nnder this Contract.
CITYQF FQRT WORTfi
STANBARDCONSTRUCTION SPECIF[CATION DOClJM�NTS
Revision: 8iL3/�1Q1
0� 72 QQ - l
G�NERAL CONDITION S
Page 3�4 of 63
' J_: ► l l_! � �' ►:---i 1 i_ I_ I\ 1__
: i i ► ' ►_1 / \ � =-- � � � ._� 1�_ 1 ._ 1 : 11 = �_ \ _ 1 .U_
.L �_ _ � ► .I E I _ I \_ � ' : : _ • - ' ► —t _ f u _ -- _ I ► 1 _�
► —� — '- —
6.22 Deiegation of Professioraal Design Se�vices
A. Cantractor will not be required to p�•avide professional design services unless such set-vices at�
�pecifically required by the Contract Documents for a portion of the Woriz or unless such services
are required to carryaut Contractar's responsibilities for c�nstruction rneans, methods, techniques,
seque�ces anci pracedures.
B. If ptofessional design services or cer-tifications by a design �rofessional reIated to syste�ns,
materials or equipment are specifica�ly required of Cantractor by the Contract Doouments, City
wil� spec�'y all perFormance and design criteria tk�at sueh services must satisfy. Cantractor shall
cause such services or cer�if"ications to be provided by a prop�rly licensed professional, whos�
signature anci seal sl�all appear on all drawings, calculations, specifications, cert�'ieations, and
Submittals prepar�d by such prof�ssional. Subznitfials relateci to the Wark designed ar cei�tified by
such professional, if prepared by others, shall bear such professional's wrii�en appraval when
SL1bIlll�,i�C� ti0 Cltj7.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, �ravided City has specif"ied
to Contractor perfarmance and design criteria that such services rnust sati�fy.
D. Pursuan�to this Paragraph 6.22, City's re�iew and aeceptance of'design ealculations and design
drawings will be only for the limited purpose of checking for conformance with perfarmance and
design cri�eria given and the design concept expresseci in the Contract Documents. City's review
and acce�nce of Submittals (except design calcuiations and design drawings) will be only for
the purpose stated ira Paragraph 6.18.C.
b.23 Right to Audit
A. The Contractar agrees that the City shall, until the expiration of three (3) years afeer final
payment under this Contract, have access to and the right ta exam�ne az�d photocopy any di�•ectly
pertinent hooks, docurnents, papers, and records of the Contractor in�volvmg transactinns relatit�g
to this Cantract. Contractor agrees that the City shaIl have access during Regular Worlang Hours
to all necessary Contractor facilities and shall be pravided adequat� and appropriate wvork spac.e
in arder to conduct audits in compiiarsce with the pz•ovisions of this Paragraph. T"he City shall
give Contractor reasonable advance notice of intend�d audits.
B. Contt•actor further agrees to inc�ude in all its subcontracts hereunder a pra�vision to the effectthat
t�e subconiractor agrees that the City shall, ur�ti� ihe expiration of three {3) years aftec final
payment under this Cont�•act, have aecess to and the right to examine an�i photacopy any direetly
pertinen.t boaks, documents, papers, and records of such Subcontractor, in�ol�u�g transactions to
the subcontract, and further, that Ciry shall have aceess c€uring Regular Working Ha�ts to all
CITYOP FORT WORTH
STANDA[2DCd1�STRIICTIOtJ SPECIr[CATION DOCiJM�NTS
Rewision: S/I.3I�021
0072Q0-1
GENERAL CONDITION S
P�e 35 of b3
Subcontractor faci�ities, and shall be px•ovidec! adequate and apprapriate woric space ir� order to
conduei audits in complianee with the pcov�siaas af this Paragt•aph. The City shall give
Subcantractor reasonable ad�ance notic� of intended aucfiis.
C. Contractar and Subcon�ractor agree to photocopy such do�uments as may be requested by the City,
The City agrees to reimbuese Contractor foc tI1e cost of the copies as follows at the rate published
in the Texas Adminish•ati�e Code iri effect as ofthe time capying is perform,ed.
6,24 Nondiscramination
A, The Gity is responsible for operating Publie Transportation Programs and implementing t�•ansit-
relaied projects, whicl� are funded in part wiCh F`ederal �nancial assistance awafded by the i1.S.
Department of Transportation and the �'ederal Transit Adininistration {FTA), without
discximinating against any person in the Lltiited Stai�s on the basis of race,coior, or national origin,
B. Tatle T�I, Civil RlghtsAct of 196� a,s art�ended.• Contractar sha�l comply with the r�quirements of
the Act and the Regulations as fiu�ther defin�d in the Supplementary Conditions for any project
reeei�ing Federal assistance.
ARTICLE 7— OTHER WORK AT THE SITE
7.01 Related Wark atSite
A, City may perForm other work related to the Peaject at the Site with City's employees, or other
City contractors, or tku•ough other direct contracts therefor, or have ather workperfarmed by uti�ity
avvners. If such other worlc is not noted �n the Contract Documents, �ien written notzce tile��eof
will be giuen ta Contractar priar to starting any sueh other work; and
B. Co�tcactor sha�l affard each other contractor wha is a pai�ty to such a direct contract, eaeh utility
owner, and City, if City i� performing other work with City's employees or other City contt•actors,
proper and safe access to the Site, provide a reasonable opportun�ty for the in�roduction and storage
of materia�s and equip�nent and the execution of sucla other work, and properly eoordinate the
Worlc with theirs. Conteaetor shalI do alI cutl;in�, ftting, and patching of the Work that may be
required io prop�rly connect or othet�vvise malce its se�+eral parts come to�eth�r and properly
integrate with such other work. Cant��actor shall not endang�r any work of others by cutting,
excavating, or otherwise altering �uch work; pravided, however, that Contractor may cut or alter
otners` wark with the written consent of City and the oihers whose work will be a£fected.
C, If khe prQper execution or resulLs of any part af Contractor's Worlc depends upon work performed
by others under this Article 7, Contractor shall inspect such a�her wark and promptly report to
Cify u1 writing any delays, defeets, o�• de�ciencies in such other �ark that render i� unavailable
or unsuitable for the proper execution and results of Contractor's Warfc. �ontractor's failure to so
report will constitute an acceptance of such other work a� %t an.d proper for integration with
Contraetor's Worlc exc�pt for ]ateni defects iri the work provided by others.
C1TYpF FORT WORTH
STANDARDC�NSTRUCT[ON SPECIF;(;,q7`ION ]]flCiIMETITS
Ctevision: 8231�;121
a4 �z ao - �
GENERAL CON41T10N 5
Page 36 of G3
7.d2 CDOi"G�IY2C7�i0Y1
A. If Ciry intenc�s ta contract with others for the performance of ather worlc on the Proj�ct at the
Site, the follawing will be set forth in Supplementary Conditions:
l. the indi�idual ar entity who will have autharity and responsibilily for coordination of ihe
activities among the vaz�ious con�ractors will be id�nti�'ied;
2. the specif"ic matters to be covered by such aut�Qrity and responsibility will be itei�aized; and
3. the extent af such authority and responsibilities wi31 be provided.
B. Unless atherwise provided in the �upplementary Gondi�ions, City shall have author�ty for such
coordina�ion.
ARTICLE 8— CITY' S RESPONSIBILITIES
8.01 Communications to Cor�tr^actor
Except as otherwise pro�id�d in the Supplementary Condi�ions, City shall issue ali comimunicatians
to Cantr�etar.
8.42 Furnish Data
City shall timely furr��li the data requir�d under t,�e Cantract Do.cuments.
8.03 Pay When Due
City shall malee paym�nts to Contractor in accordance with Article 14.
8.04 Lands and Easenzents; Reports and Tests
City's duties vvith respect tn providing lands and easements and providing engineering surveys to
establisl� reference poinis are set forth in Paragraphs 4.01 anci �.05. Paragraph 4.Q2 refers to City's
identifying and making a�ailable to Contractar copies of repnrts af explarations and tests oi subsurface
canditions and draw�ngs of physical condi�ions relating % exist�ng surface or subsurface structures at
or contiguaUs to the Si�e that have �een utilized by City in preparing the Cantract Documents.
B.OS Change O�ders
City shall �xecute Change Orders in accordar�ce with Paragraph I0.03.
$.06 Inspections, Te,sts, and App�ovals
City's responsibility with respect to eertain inspections, tests, ai�d approvals is sat forth in Paragraph
13.03.
Cl"iY OF I'QRT WORTH
5TANDARDCONSTRUCT{ON SPECLF'ICATIOtJ DOCUNIE[�fTS
Revision: SS�2�CIA2l
oo�zaa-�
GEIVERAL C4N�17lON S
Pagc 37 oFG3
8.07 Li�nitatians on City's Resportsibilities
A. The City shal[ not s�pervise, direct, or ha�� control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, ar procedures of cons#ruction, or fihe safety
precautions and px•ograms incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the per�Qrmance af the Wor�c. C�ty wilI nnf be responsible for
Contrac#or's fai[ure to perform the Worlc in accardance with the Contract Documents.
B. Gity will nQtify the Contractor of applicable safery plans pursuan.t to Paragraph 6.14.
$.08 Unciisclos�d Hctzardous Environmental Candition
City's re�ponsibility with respect to an undisclosed Hazardous Environmental Conrli�ion �s set forth
in Paragraph 4.06_
8.Q9 CorrtpZiance vvith �Safety Pragram
While at the Site, City's employees and represen.tatives shal[ comply with the speci#ic applicable
r�quireme�nts of Cont�•actor's safety programs of which City has be�n ir�farmed p�ursuant ta
Pa.eagcap� 6.14.
ARTICLE 9-- CITY'� OB �ERVATION STATUS D[1RING CON�TRUCTION
9.01 City'sP�ojectManager
City will provide one or more Praject Manag�r(s} ducin.g the cans�ruction period. The duties and
responsibilities and t�e Iim�ations of autharity of City's Project Manager d�aring constrtietion are set
forth in the Contraet Dacwrien�s. The City's Pcojec� Manage� for this Contract is identified in the
Supplementary Conditions. .
9.02 Vi,sits to Site
A.. City's Project Manager will maIce visits to the Site af intervals appra}ariate to ihe various stages
af consiruction as City deeens necessary in arder to observe the pro.gt•ess ihat has been rnade and
the quality of the various aspects of Contractor's executed Work. Based on information
ab�ained during such vi�its and observations, City's Praject Manager vviil deterinine, in genei•al, if
the Work is proceedit2g in accordance with the Contract Documents. City's Project ManagerwilI
nat b� requ�red to make e�chaustive ar continuous inspections on the Site to ch�cic the quality or
quantity of the Work. City's 1't•oje�t Manager's eiforts will be directed toward providing City a
greater degree of conficfence that the completed Work wil[ conform generally to tk�e Cantrac�
Documents.
B. City's Projeci M�nager's visits and observations are subject to all the limitations on authority and
eesponsibility in the Cont�act Documents including those set forth in Paragraph
$.07.
CITYOF FqRT WORTH
STANllARDCONSTRUCT]ON SPECIFICA3'14N DOCiIlVIENTS
Revisian: 8�Z3l20Lf
oo�zoo-i
GENERAL CONDITIDN S
Pagc 3$ of 63
9.03 Auihorized Ya�iations an �York
City's Project Manager may authorize minor var�ations i� the Work frQm ttie requirements of the
Contract Documents which do not involve a� adjustment in� the Contract Price or the Contract Time
and are compatible wrth the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accotnplished by a Field Ot•der and w�ll be
binding on City and also on Contractor, who shal� perfozm the Woric invol�ed proznptly.
9.a4 RejectingDefective Wark
City will have autHority ta reject Work which City's Pro}ect Manager believes to be defective, or will
nat produce a completed Pr'o3ect ihat conforms to the Cantract Docu�nents or that will pcejudice the
integrity of the design concept af the completeci Project as a fUnctioriing whole as i�adicated by tl�e
Contract Documents. City �ill ha�e au�harity to conduct special inspection or testing of the Work as
provided in Article I3, wheth�r or not the Work is fabricated, installed, or completed.
9.05 Dete�minationsforWot�kPerfarmed
Cantractar will determine the actual quantities and cla�sif"ications �f Work performed. Ciry's Project
Manager will re�iew with Contractor the preliminary determinations an such riaat�ers before rendering
a written recoznmendation. City's vvritten decisian will be final (excepl as rnodif'ied to reflect changed
factual conditians ar more accurate data).
9.06 Decfsions on Requirements of Cont�actDocuments and Acceptabitity af Work
A. Gity will be the inikial interpreter of the requireraents of the Contract Documents and judge of the
aceeptability of the Work thereunder.
B. City wi� render a written deeisian on any issue referred
G City's written decisian on the �ssue referredwidl be final an:d binding on the Contractor, subject
to the provisions af Paragraph 10.06.
ARTICLE 10 — CAANGES IN THE WORI�; CLAIlVIS; EXTRA WORK
Ia.01 Autho�ized Changes in the Work
A. Withnut invalidating t1�.e Coniract and withaut natice to any surety, City may, at any time or from
tune to time, orcter Eacira VLWork. Upon notiee of such Extra Wark, Cantractor shall protnptly
proceed with the Worlc �nvol�ed which will be performed under the appl�cable conditians af the
Contract Documents (except as oth�rwise specificauy provided). E�tra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. k`or minor changes of �JVork not requiring changes to Contract Time or Cantract Price, a Field
Order may be issued by the City.
CITYOF FORT WORTT�
STANDARDCONSTRi1CTIDN 5PEC1P[CATIaN DOCUMENTS
I2evision: 8I13fAD21
ao 7z. oa - i
G�NERAL ODNtiITION 5
Page 39 of 63
10,02 Unauthorized Changes in the Wa�k
Contractar shall not be entitled to an increase in the Contract Price or an extension of tlae Contrac�
Time with respect fio any wark p�r%r�ned that is noi i°equired by the Cantract Dociunents as amended,
inodifiecl, or suppletxxented as pro�ided in Paragraph 3.04, except in the ease of an emergency as
provided in Paragk•aph 6.I7.
10.03 Execution of Cha�age ONders
A. Ciiy and Contractor shall execute apprapz•iate Change O�•ders covering:
changes in the Wark which are: (i) orcfered by City pursuant to Paragraph 10.fl1.A, (u�} required
because af acceptance of defective Work under Paragraph 13.08 or City's correction of
defective �lark uMder Paragraph 13.09, or {iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which a�e agreed to by the pai�ties, includin�
any undisputed sum ar amaunt of tirtae for Work actually performecl,
1Q,04 Extra Work
A. Should a difference arise as to what does or does nat constitute Extra Work, or as to the payment
thereof, andthe City insists upan its performance, tkie Contractor st�all proceed with. the work afi:er
rr�alcing wri�ten request for written orders and shall [ceep accurate account of the actual reasonable
cost thereo£ Contract Clauns regarding Extra Worlc shall be made pursuant to Paca�raph 1Q.06,
B. The Contractor shall furnish �he City such installatian records of all deviations frorn the ariginal
Contract Documents as may be necessaiy to enable the City to prepare for permanent record a
corrected set of plans shawing th� actual installaiion.
C. The eompensation ageaed upan for �xtra Work whether c�r not initiated by a Change Order shall
6e a full, complete and fir�al payment fat• a�l costs Cantractor incurs as a result or relating ta the
change or Ext�•a Work, whether said costs are lcnown, unknawn, foreseen ar uzlforeseen at tlaat
time, including vaithoui Iimitation, any costs for delay, e�ended overhead, ripple or impact cost,
or any ot�er effect an changed or unchanged work as a result of the change ar E�ra Wark.
l0.05 Notification to S"u�ety
Ifthe pfo�isions of any band require notice to be given to a surety ofany ehange affectingthe genet•al
scope of the Worlc ar the provisions of the Contract Documents (including, but not limited to,
Contract Price or Cant�•act Time), the gi�ing oF a�n� such notice wil[ be Contractar's responsibility.
The amount of each applicable bond 4vill be adjusted by the Contractor to reflect the effect of any
such change,
CITY' OP F'pRT WQRTH
STAND.Al2DCQNSTRUCTION 5l'EC[PICATION DOCUMENTS
Revision: 8�13F�021
0072DO-1
C�ENERAL CONDITION 5
i'age 40 of 63
10.06 Cant�act Clai�s �'rocess
A. City's Decision Requi�ed: All Cnntract Claims, except thase waived pursuan:t to Paragraph
14.09, sha� be referredtothe Ci�ty for decision. A decisian by City shall be required as a�ondi�ion
precedent to any exercis� by Contxactar of any ri�Evts or remedies he m.ay otherwise have under
the Cantract Documents or by Laws and Regulations in respect of such Contract C�aims.
B. Natice:
l. Writ�en notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to subsiantiate a Contract Clasm shall rest with the party malcir►g the Contraci
Claim.
2. Natice of the amotmt or extent of the Contract Claitn, with supporting data shall be delivere d
tQ the City on or before 45 days from the start of t�e event givirig rise thereto (uniess the Ciiy
allows acEditional tirne for Contractar to subm�t additional or more accurate data in support of
such Con�iact Claim).
3. A Contract C�aim for an adjustment in Contract Price shall be prepared in aceordance with
the provisions of Parageaph 12.OI.
4. A Contaract Claim for an adjustment in Contract Time shall be pre�ared in accordance with
the pro�isions afParagraph 12.d2.
5. Each Contract Claim s�rall he accompanied by Contractor's written staiement that tl�e
adjustment cl�imed is the entire adjustment ta which ihe Contractor believes it �s entitled as a
result of said event.
�. The C�ty shall submit any response to the Contractor within 30 days after receipt of the
clajmant's l�st submittal (unlass Contract aflows additional time).
C. City'sAction: City wil! re�iew eachContraet Claim and, within 30 days af�erreceipt af the jast
submittal of the Contractor, if any, take one of the following actions in writing:
l. deny the Cantract Clai�n in whole or in. part;
2. approve the Contract Claim; or
3. not�'y the Contractor that the City is unable ta t•esol�e the Contract Claim if, in the City's
sole discretion, i� would be inappropria.te �or the Ciry ta do so. For purposes of further
resolution of �ha Contract Claim, such notice shall be deemed a denial.
CITYQP FORT WORTH
5TA]VDARD�ONST[tUCT[ON SPECIPICATION DDCiIMEN1'S
Rev ision: 8113I2(!ll
00 72 OQ - l
GENERAL CON� ITION S
Paga 4 ] of 63
D. City's writien action un.der Paragraph X0.06.0 will be final and binding, unless Ciry or
Cont�•actor invoke the dispute t•esolutian proced�rre setfarth in Articl� 16 wzthin 30 days af sueh
action or denial.
E. No Conti°act Claun for an adjustrnent m Contract Price or Contract Time vvill be valid if nof.
submitted i� accordance withthis Paragraph 1Q.06.
,E1.RTICLE 11— COST OF THE WQRK; ALLOWANCES; U1vIT PR10E WORK; PLANS
QUANTITY MEASIIREMF,NT
ll.fll Costafthe Wat�k
A. Cosis Included; The term Cost af the Work means the s�un of all casts, excapt those excluded in
Paragraph ll.O1.B, necessarily incurred and paid by Contractor in the proper pet•farmance of the
Worlc. When the value of any Wo�lc covered by a Change Order, the costs to be reitnbursed to
Con�ractor will be only those additional or incremental costs required 6ecause oftl�e change in the
Worlc. Such costs shall not include any af the eosts itemized in Paragraph 11.01,B, and shall
it�cluae but ndt be lunited to the %l�owing iteins;
PayroU costs for employees in the direct employ of Contractor in the performance af the
Wark undez� schedules of job classifications agreed upan by City and Contractar. Such
emp�oyees shall include, without litnitation, superiritendents, foremen, and other pet•sonnel
employed full time on the Wor1t. Payroll costs for employees noi et�played fulI fime fln the
Wo�•lc shall b� appartioned on the 6asis of their t�ne spent on the Worlc. Payrolf costs shall
incIude;
a. saIaries with a 55% marIcup, ar
b. s�laries and wages plus the cost af fringe benefts, which shall includa social security
contributions, unemployment, e�ccise, and payroll ta�es, warlcers' compensation, health
and retirement benefits, bonuses, sicic feave, vacation anc! holi�iay pay applicable thereto.
The expenses of perforrriing Work outside of Re�ular Wor�cing Hours, Weelcend
Working Hours, or [egal holidays, s�;all be included in the above to �he extent authQrized
by City.
2. Cost of all matecials and equipmer�t furnished and incorporat�d in the Worlc, mcluding costs
of transpot•tation and storage tllereof, ar�d Suppliers' field services required in connection
therewith.
Rentals of all construction equipment and machinery, and the parts thereaf whethe� rented
fram Contractor or others in accordance with rental agreements approved by Ciry, and the
costs af Fransportation, loading, unloading, assern6[y, dismantling, and removal thereof. All
such casts shall be in acc�rdance with the tertr�s of said rental agr�ennents. The rental af any
such equipment, tnachinery, ar paris shall cease when the use �hereof is no konger necessary
for the Work.
CITYQF FORT �VDIiTH
S`I'ANDARDCpNSTRUC.3']ON SPEC[FICATION DOCTJMERTS
Revisian: $232a2.1
oo7zoo-i
GENERALCONQlTION S
Paga 42 af 63
4. Payments made by Contractar to Subcontraetors for iUorlc peirformeci by �uhcontracto�•s. If
required by City, Contractor shall obfain cornpetitive Uids from subcontractors accepta��e ta
City and Cont�actor and shall deliver such bids to C�, who will then determine, which bzds,
i� any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cosi of the Work pIus a fee, the Subcontractor's Cost o�' the Work and fee shall
be deternnined in the sarr�e manner as Cont�actor's Cost of the Work and fee as provided in
this Paragraph 11.01.
S. Costs of special consultants (includin� but noi limited ta engineers, archi�ects, testing
laboratories, surveyors, at�orneys, and accountants) employed fox' servioes spec'�f'ically related
to the W ork.
6. Supplemental eosts ineiuding the following:
a. The proportian of necessary transpartatian, tra�vel, and subs�stence expenses of
Contractor's employees incurred in discharge of duties connected with �e Worl�.
b. Cost, includ'u�g transportation and mair�tenance, of all inateria�s, supplies, equipment,
�nachiner�, appGances, affice, and te�mporary facilities at the Sit�, and hand taals not
owned by the workex•s, which are consurned in the peeformance of the Work, and cost, less
market �alue, of such items used but not constuned which remain tk�e property of
Contractor.
c. Sales, consumer, use, and other sinailar taxes related to the Worlc, and for which
Cantractar is lia.ble not covered under Paragraph b.11, as imposed by Laws and
Regu]ations.
d. Deposits lost for caUses other than negligence of Cantractor, any Subcantraetar, or
anyone directly or indirec�ly employed by any of them or for wl�ose acts any of them may
be liable, and rayalty payment� and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by datnage ta the Work, not
compensated by ins�.uance or otherwise, sustained by Contractor `rn connection with the
performance of tl�e Work, provid�d such losses anc� damages have resuited from causes
other than �e negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of t4�em or for whos� acts any of them may be liable. Such lnsses shall
include settlements made vvith the writken co�sent and approva� of City. No sucb lasses,
damages, and expenses shal! be mcluded in the Cost of the War�c for the purpose of
deteemining Contraetor's fee.
f, The cost of utilit�es, fiael, and saniitary facili�ies at the Site.
g. Minor expenses such as telegrams, long distanee telephone ca11s, �elephone and
cornmurucation services at the Site, express and courier ser�iees, and similar petty cash
iten� in connection with the Work.
CITYOP FORT WOR'I'H
STANDAI2DC�NS.TItUCTION SPBCIFICATiON DOCU3vtENTS
Revisian: 8l2.�{
oo�zoa-�
GEN�F2ALCONQITIONS
Pagc 43 of 63
h The costs of premiums for ali bonds and insurance Contractor is required by the Contract
Dacuments to purchase and maintain,
B. Costs Excluded: The t�i•m Cost of the Work shaIl not include ar�y of the following i�ems:
1. 1'ayroll costs and o�er compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers_
architects, estimators, attorn�ys, auditars, accnun�nts, purchasing and contra.cting agents,
expedi�ers, tunekeepers, clerks, a.nd other personnel emplayed by Contractor, whether at the
Site or in Contractor's principal or branch o�fice for general adrninisiratian of the Work and
not specifically �ncluded in the agreed rapon schedule of job classifications re�erred to in
Paragraph 11.OI.A.1 or specifically covered by Parag�eaph 11.0I.A.4, all of v�+hich are ta be
considered administ�•ative costs covered by the Contractor's fee.
2. Expenses nF Contractar's principai and bz•anch of�ices othez• than Contractor's of�ee at the
Site.
Any part of Contractor's c,a}�i�al expenses, includi�g interest on Con�ractor's capital
ernployed for the Work and charges against Contractor for deGnquent paymen�s.
4. Costs due to th� negligence of Contractor, any Subeontractor, ar anyone direetly or indirectly
erriployed by any of tl-iem or for whose acts any of them may be liabl�, including but not
�imited to, the corf�ection of defective Worl�, disposal of znaterials or equipment wrongly
su�pl(ed, and malcing good any damage ta property.
5. Other o�echeacf or gen�ral expense costs af any lcirid.
C. Cont�^actor'sFee; When all the Work is periormed on the basis of cost-plus, Contractor's fee
shall be determined as set fai�th in the Agreement. When the vahie of any Work covered by a
Change Order for an adjustanent in Contract Price is det�rmined on the basis of Cast of the
Work, Gontractor's fee shall be cletermined as set forth in Paragraph 12.O1.C.
D. Documentation: Whenever the Cost of the Worlc for any purpase is to be determined pursuant to
Paragraphs l 1,O1.A and L 1.O1.B, ConE�•actor will establish and rnaintain x•ecards thereof in
accordance witi� general�y accepted accoUnting ptactices and subt�nit in a form acceptable to City
an itemized cost bi•eakdown together with supporting data.
11.02 Allavvances
A. SpecafiedAllawance: It is understoad that Contractar has uicluded 'u1 the Con�ract Price all
allawances so nanned in the Contract Documents and shali cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
S. Pre-bidAllowances:
1. Contractar agrees that:
CITYQF FDRT WORTH
STANBARDCONSTRUCT[ON SPECII�[�A"fION DOCUMEN'TS
Revision: &23/)A2l
00720fl-1
GENERAL CQN�ITION S
Page 44 of 63
a, the pre-bid allowances inelude the cost to Contractor af materials and equipmeni required
by the allowances to be delivered at the Site, and all applicable tax�s, and
b. Contractor's costs for unloading and handling on the Sike, labar, ir�stallation, overhead,
proi�, and other expenses contemplatec� for the pre-bid allowances have been included in
tlae allowances, and no demand for additional payment a� account of any af the
forego�ng will be �alid.
C. ContingencyAllowa�rce: Contractor agrees that a contingency allowance, if az�y, is for the sole use
of City.
D. Prior to fuial payment, an appropttiate Change Ordar will be issued to reflect actual amounts due
Cont�•actot• on account of Wark cavered by aIlowances, and the Contract Price shall be
correspondingly adjusted.
11.03 �IniiPrice �York
A. Where the Contract Dacux�aents provide that aiI or part of the War�C is to be Uni� Price Work,
initially ihe Contra�t Price wi� be deemed �o include for all Unit Price Work an amount equal to
the sum of the unit price for eachse�arately identified item ofUnii Price Work t.�mes t�e estimated
quantity of each item as ind�cated in the Agreement.
B, The estimated quanti�ies of items of Unit Price Worlc are nat guaranteed and are salely� for the
purpase of comparison of Bids and deterinining an initial Contraet Price. Determinations of the
aetual yuantities and classificatior�s of Unit Price Work per%rmed by Contraetor wi�l be made by
City su6ject to the pro�asions of Paragraph 9A5.
C. Each unit price will be cfeerned to include an arnount consider�ed by Contractor to be adequate to
eover Cantractor's overhead and profit for eacl� separately ident'rFied item. Wori� described in the
Contract Docurzaents, or reasnnal�ly inferred as requ�red fax a functionally complete installa�ion,
but not identi#"ied in the listing of unit price items sha11 be considered incidental to unit price work
listed and the cost of incidenial work ir�cluded as part of the unit price.
D. City may make anadjustment �n the ContractPrice in accotdance withParagraph 12.01 if:
l. the quantity of any itein of Uni� Price Work perfarmed by Canrxactor differs materially and
significantly from the estimated quantity of such item indicated in t�e Agreement; and
2. the� e is no corresponding adjusitnent with respect to any other item of Wo��k.
E. Increased or Dec�eased Quantities: The City resetves the right to order Extra Work in
accardance with Paragrap� 10.01.
1. If the changes in quantities or the alterations do not signif"icant�y change the character of
work under the Contract Docu�r�ents, the altered work will 6e paid far at the Gontract unit
price.
CITYOFFORT WORTI-]
3TANDARDCON5TRl1CT14N SPECIFiCAT[ON DOC[1MENT5
Revision: $23/1021
oo�zao-1
G�NERALf.ONDITION S
P�e 45 of 63
2. If i:he changes in quantities ar alterations significantly change th.e character of t�vorlc, th�
Contract will be amended by a Change Order.
3. If no unit prices exist, this wilI be considered Extra Work and the Cont�•act will be atr�ended
by a C�ange Order in accordance with Article 12.
4. A sigt�icant change in the character of wor]c occurs when:
a. the chat•acter af work foi• any Item as altered di�fers materially in l€ind or nature fr.om that
in �e Contract or
b. a Major Item af wo�•k varies by more than 25% from �he o� iginal Contract quantity.
S. When the quantity of work to be done undei° any Major Item �f the Contract is more than
12S% of the arigir�al quantity stated in tbe Contract, then erth�r party to t�e Cont�-act may
�•equest an adjustrnent to the unit price oa the portion of the woric t�at is abo�e 125%.
6. When the quantity of work to be done under any Major Item of the Cantract is le5s than 75%
of the original quantity stated ic� the Contract, then either party to the �ontract may request
an adjustment ta the un[t price.
11.04 Plctns Q�aantity MeasuNement
A. Plans quantities may or may not representthe exact quantity ofwarlc performed or material moved,
handled, a�r placed during the exe�ution af the Contract. The estic�nated bid quantities are
designated as ftnaf paymeni quantities, Unless revised by the governing $eetion or this Artic�e.
B. If the quaniity measured a,s autlined under `�rice and Payrr�ent 1'rocedures" varies by more ihan
25% (ot• as siipulated under "Price and Payment Procedures" for speei�c Items} from the total
estirnated quant�y for an individual Item originally shown in the Cont�act Documents, an
adjustment may be rnade to the quar�tity of authorized work done for payrnent purposes. The party
ta the Contract requesti�°ig the adjustment will provide fieid measurements and calculations
shawing the final quantity for wkuch payrment will be made. Payment for re�i�ed quantity will be
rriade at the unit price bid for that Itent�, except as provided for in Article 10.
C. When qUantities are revised by a change in design approved by the City, by Change Order, or to
eoreectan error, ar to correctanerror on the plans, the plans quantity will be incr�asedor decreased
by the amount in.valved in the change, and the 25% �ariance will apply to the new plans quantity.
D. lf tE�e total Coni:ract quantiLy muktiplie d by the unit price bid �or an ic�d.ividual Itexn is less tl�an
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quanti�y Item if the Crty and Coniractor agree in writing to �� the final quantity as a plans quantity.
CITY OF �'OC�T WORTH
STANDARDCDMS7liUCT[ON SPECIFICATIpN AOCLJM�NTS
Revisian: 8d.23/7A21
oo �ra oa- �
GENERAL CAN�ITION S
Pagc 4b of b3
E. For callout work or non-site specific Gontracts,the plans quaniity measiuementrequuements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTR.ACT TIME
I2.01 Change of ContractPrice
A. The Contract Price may only be changed by a Change Order.
B. The �alue of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices containeci in the Contract Docunnents, by
appiication of such unit prices ta the quantiiies of the items invalved (subject to the provisions
of Paragraph 11.03); or
2. whare the Work irzvolved is not covered by unit prices eontained in the Cont�•act Dacurne�ts,
by a mutually ag�eed lump sum or unit �rice (which may include an allawance for o�erhead
and profit not necessarily in accordance with Paragraph 12.O1.C.2}, and shall include the cast
of any secondary impacts that are foreseeable at th� tirne of pricing the cost of Extra Work;
or
3. where the Work invol�e�l �s not covered by unit prices conl�ine�i in the Cantract Documents
and agreement to a lvmp suna or unit pri�e is not reached under Paragraph i2.O1.B.2, on the
basis of the Cost of the Work (deterrnir�ed as prodided in Paragraph 11.01) plus a Contractor's
fee far overhead and prof� {determined as provided in Paragrapl� 12.O1.C).
G Contractor's Fee: The Contractor's addrtional fee for overhead and profit shall be determined as
follows: '
1. a muivally acceptable f�ed fee; or
2. if a f�ed fee �s not ag�eed upon, then a fee 6ased on the fallowing percentages ofthe various
�ortions of �h� Cost of the Work:
a. for costs incvrred under Paragiraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3a the
Contractor's additional f�e shall be IS percente�cepfi%r:
1} rental fees for Contrac#or's own equipment using standard rental rates;
2} bonds and insurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.01.�.5, the Contractor's fee st�all be
five percent (5%);
X) where one or more tiers of subcontracts are on the basis of Cost oi the Work plus a
fee and no fi�ed fee is agreed upon, khe inteni of Paragraphs 12.p1.C.2.a and
12.O1.C.2.b is that the Subcontracior who actually performs the Work, at whate�er
C1TY OF FORT WORTH
STANDARBCONSTRUC'PIUN 3PECI�ICATEON DOCiJM&NTS
Itevisian: 82'�I�021
00 �z on - i
GENERAL CON171T ION 5
Paga 47 of fi3
tier, will be paid a fee of 1S percentof the costs incurred by such Subcontractor under
Paragra�hs 11.O1.A.1 and 1�.O1,A,2 and that any higher tier �ubcontractor and
Conteactor will each be paid a fee of five perce.nt (5%) of the amouni paid to the next
lovc7er tier Subcontraetor, how�ver in no case shall the cumulaiive total of fees paid be
iri excess of 25%;
c. no fee shall be payable �n the 6asis of costs itemized under Para�raphs 1I.OI.A.6; and
1 I.OI.B;
d. the atnaunt of credit t� be allowed by Contractor to City far any change which results in
a net decrease in �ost will be tne amount of tY�e actual net decrea�e in cast pIus a deduction
in Con�actor's fee by an ainaunt equal to five pet•cent (5%) af sucH net decrease,
12..02 Change af Cont�act Tinze
A. The Contract Time may only be changed by a Change Orde�•.
Il. No extension of the Contract Time will be allowed for �xtra Work ar for claimed delay unless the
Extra Work caniemplated or claimed delay is shnwn to be an the ct•itical paih of the Project
Schedule or Contractor can show by Critical Path Method analysis how ihe Extra Worlc or claime d
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonabIy delayed in the performance or completion of any part of t�e
Worlt within the Cont�•act Titne due ta delay beyorid the conttol of Contractor, the Contract Time
rnay 6e extended in an amount equal to the time Iost du� to such delay if a Can�ract Ciaim is made
thex•efor. Delays beyond the control of CoMtr•actnr shalI inelude, bui not be limited to, acts or
ne�lect by City, acts or neglect of utiliry owners or other contractors perforrnit3g other work as
contemplated by Article 7, fi�es, floods, epidemics, abnoarmal weather conditions, or acts of Gad.
Such an adjustment shall be Contractor's sole and exclusive t•�medy for the de�ays desctibed in
this Paragraph.
B. If Contraetor is delayed, City shaA not be liahle to Contractor %r any c�aims, costs, losses, or
darnages (including but not limited to all fees and chatges af engineers, architects, attoi•neys, a.nd
other professionals and alI court or arbitration or other dispute resolution costs) sustained by
Coniractor on or i� connection with any� ather project ar anticipateci project.
C. Cont��actar shall not be entitled ta an adjustment in Contract Price or Contract Time for delays
wi�hi.t� t�e control of Contractdr. Delays attributabla to and within the control of a 5ubcontractor
or Supplier shall be de�med to be cl�elays within the controI of Cantractar.
D. The Contractor shall receive no compensation for delays or hindrances to the Worlc, except when
direc� and unavoidab�e extra cost to the Contractor is caused by the failure of the City to provide
inforrnation or material, �' any, which is �o be furnished by the City,
CITYOPFDRT WORTH
STANDA:RDCONSTRU�TION SPECIF'ICAT[ON DOCUME�ITS
Revisian: 8�23�2.1
ao �z Qo - �
G�NERAL CflNDIT101� S
P�ge 48 of 63
ARTZCLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACC�PTANCE �F
DEFECTIVE WORK
13.�1 Notice ofDefects
Notice of all defectNe Work of which City has act�al Ecnawledge wi� f�e given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Wo�k
Gity, independent testing laborataries, and go�ernmentai agencies with jurisdictional interests wilI
ha�e access to the•Site and the Work at reasonable iimes far their observation, inspection, and testing.
Cont�actor shall provide them proper and safe canditions for such access and advise them of
Contractar's safety procedui•es �.nd programs so that they may�comply therewith as applicable.
13.U3 Tests and Inspections
A. Contractot� sl�all give City timely notiee of readiness nf the Worlc far all required inspectians,
tests, or appro�als and shall cooperate with inspection and testing personnel to facilitate required
irispections or tests.
B. I� �Cantract Dacu�nents, Laws or Regulations ot' any public body ha�ing ju�isdiction require any
of the Work (or part tl��reofl to be inspected, tested, or approved, Contractar shall asswne full
responsibility for arranging and obtaining such independent inspectiot�, tests, retests or approvals,
pay all costs in conne�ction therewith, and fi►rnish City the requi�ed ce►�i�icates of irispection or
approval; exceptin�, however, those fees specifically identified in the Sup��em�ntary Conditions
or any Texas Departrnent af Licensure and Regulatiar� (TDLR} i�spections, which shall be paid as
described in the Supp�ementary Conditions.
C. Cantractar shall be responsible �or arranga�g and obtaining and shall �ay all costs in connection
wrth any inspections, tasts, re-tests, or approval� required for City's acceptance oF inateri�ls or
equipment to be incorporated in the Work; �x• acceptance af materials, m� designs, or equiprrrent
submitted for approval �rior to Con�ractor's purchase thereof far incarporation in the Work.
Such �nspections, tests, re-tests, or a�provals shall b� perforn:ied �y organizations aeceptable to
City.
D. City may arrange for the services of an independent testing Iaboratory ("Testing Lab") to
perform any inspections or tests ("Te�ting"} for any part o� the Work, as determined solely by
e��y.
l. City will coardinate such Testing io the extent possible, with Contractor;
2. Should any Testing ur�der this Section 13.03 D cesult in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying fnr any and all retest�.
Contractor's cance�lation without �cause of City in�tiated Testi�.g shall be deemed a negati�e
result and require a retest.
CITYOF �'OR'C WORTH
STAN�ARDCOIV3TRUCT[QN SPEC[FICATION DOCifMENTS
Revision: 8T13J10'lt
no�zoo-�
GENERAI.CdN�ITIONS
Page 49 of b3
Any amounts owed for any retest under t�is Seetion Z3.43 D shall be paid directly ta the
Tesiing Lab by Contractor. City wili farward alI invoices for retests to Contractar.
4. If Contractor fai[s to pay the Testing Lab, City wi�l not issue Final Payment until the Testir�g
Lab is paid.
E. If any Worlc (or the worlc af others) that is to be inspected, testied, or appr��ed is covered by
Cantractor without writ�en con��.irrence af City, Cont�:acior shall, ii requested by City, ur�co�er
such Worlc for observation.
�'. Uncovering Waric as provided in l�aragraph 13.03.E shall be at Contractor's expense.
G. Cont�•actor shall k�ave the rzght to malce a Cont�act C}ainn regarding any retest or in�aice �ssued
under S�ction I3.03 D.
13,04 Uncove�ing WoYk
A. If any Worlc is covered cont�•aiy to the Contract Documenis or specific instcuctions by the City, it
rnust, if requested by City, 6e uncovere�{ for City's obser�ation and rep�a.eed at Coniractor's
exp�nse.
B. If City consid�r� it necessaxy ar advisable �iai covered Wor1c be obsar�ed by City or inspected o��
testad by athers, Cantractor, at Gity's requ�st, shal� unco�er, expose, or othei�ise ma�ce available
for observation, inspection, or testing as City may reyuiee, that por�ion af the Work in question,
�urnishing all necessary labor, ma�erial, and equipment.
If it is found that the unco�ered Wark is defeetrve, Conteactor shall p�y all claims, costs,
Iosses, and damages (including but not limi�ed to all fees and charges of engineers, architects,
attorneys, and other professionals and aIl co�u-� or other disp�rte resalution cnsts) arising aut of
or relating to such uncoverin�, exposur�, obser�ation, inspection, and testing, and af
satisfactQry replacement or reconstructian {including but not limit�d to alI costs of repair or
replacement af work of others); or City shall be entitled to acceptdefective Work in accordance
with Pacagraph 13.08 in which case Contracior shall still be responsible for all costs assoc3ated
with exposing, obsesving, and testing the defactive Work.
2. If the uncov�red Work is not fovnd to be defecti�e, Contractor shal[ be allowed an increase
in the Contract Price oc an extension af the Contract Time, or both, direetly atfiributable to such
unco�ering, expQsure, observation, inspectton, testitag, replacement, and reconst�•uctiai�.
13.45 Cit,� May Stop the YT/ot�k
If the Work is defective, or Contractor fails to supply suf�ci�nt skilled v,rorkez•s or suitable materials
ar equipment, or f�ils to perform the Waric in such a way that the campleted Worlc wiIl cnnfarm to
the Contract Docwnents, City rr�ay order Contractor io stop the W�rk, or any partion th�r�o% until the
eause for such order has been eli.minated; however, this right of City to stop the Worlc shall not give
rise io any duty c�n the part of City to exerc�se this rigk�t for the benefit af Contraator, any
C[TYOP FORT WOR1'H
STANI�AE2DCONSTA[1CTION SPECIEICATiON DQC[TMENTS
Revision; 8113I1R2.1
ao �z oo - i
GEN�F2AL CpN�1TlON S
Pa�e 50 of 63
Subcontractor, any Supplier, any ather indi�vidual ar entity, or any surety for, or en�ployee or agent af
any o� them.
I3.06 Correction orRembval af Defective Work
A. Prom�tly after receipt of written notice, Cantractar shall correct all defecti�e VVork pursuant to
an acceptable schedule, whether or not fabricateci, installed, or completed, ar, if the Warlc has been
relected by City, remove it frorn the Praject and replace it with Work that is nat defecti�e.
Contractor shall pay ati ciaims, casts, additional testing, losses, and damages {inc�ud'u1g but not
l'nnited to all fees and charges of engineers, architects, attorneys, and othec pro%ssionals and all
court ar arbitratian or othe�• c�aspute resolution costs) arising out of or relati�g to such cor�•ectian
or remaval (including but not lirnited to all costs of repai�• or replacement of work of others).
Failure to requiire the removai nf any defecti�e Wark shalf not constitute acceptanceafsuchVl�orl�.
B. When correcting defective Work und�r the terms of this Paragraph 13.06 or Paragraph i3.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 �'orrection Pe�fod
A. If w�thin two {2} years after the date oi Final Acceptance {or such longer periad of time a� may be
prescribed by the terrns of any applicable special guarantee reQuired by the Contract Document�),
any ViWork is £ound to be ciefecti�e, or if t�e repair af any damages to the 1a.nd or areas nnade
available for Contraetor's use by City or pernnitted by Lavvs and Regulations as contemplai�d ir�
Paragraph 6.10.A is found to be defecti�re, Contracto� sl�afl promptly, witl�out cast ta City and in
accordar�ce witli City's written instruclions:
1. repair such defecti�e land or areas; or
2. correct such defective Work; or
3. if the defect�ve Work has been rejected by City, remove i� from the Project and replace it
with Worlc tlaat is not defective, and
�}, sa�isfactorily eorrect or repa�r or remove and replace any damage to other V4'ork, to the worlc
of others ar other land or azeas resuk�ing therefrom.
B. If Contractor ciaes not promptly comply with the ierrr�s of City's written i�structions, or in au
emergency r�here delay would cause serious risk of foss or damage, Gity may have the defective
Work corrected or repaired or may have the rejeeted Work remo�ed and replaced. All cl�ims,
costs, losses, and damages (includirig but not limited to all fees and charges of engineers,
architects, attorneys, and other professianals and all court or other dispute resolution costs) ar�si�g
out of o� celating to such correction or repair or such removal and replacement (includin� but not
linniked to all costs af repaar or replacement of work of others) will be paid by Contractor.
CITYOFFORT WORTH
STANDARBCOAiSTRUCTION SPBCIPICATION DOCUMENTS
Revisio��: 8�73f1D21
OD72D0-I
G�iVERAC.COiJDIT10N S.
Page 51 nf 53
C. In special circumsta.nces �vhere a particular iiem of equipment is plaeed itz cantinuous service
bef�re Final Acceptance of all the Worlc, the correction period for that item may s#ar� to run from
an earlier date if so provided in the Contract Documents,
D. Where defective Work (and damage to other V41ork resultzng therefrorn) has been corrected or
removed and replacec! under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be reqiaired ta be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Cantractor shoUld such
additional warranty coverage be required. Contractor may dispute th�s rec�uirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 �r�e in addition to any ather obligatiai� or
warranry. The provisions of this Paragraph 13.07 shall not be construe� as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptan.ce ofDefective Wo�k
If, instead of requiring correction or removal and replacernent af defective Work, City prefers to
accept it, Ciry may cEa so. Contractox shall pay all cfauns, costs, losses, and damages (including but
not lunited to alI fees and charges of engineers, architects, attorneys, and oiher professionals and alI
cour� or other dispute r•esolution costs) attributable ta City's evaluation nf and deteemination to accept
such defective Work and far the diminished vaIue of the Wark to the extent nat otherwise paid by
Contra�tor, lf any such acceptance occurs prior to Final Acceptance, a Change Order will 6e issued
incorparating t11e necessaty revistons in the Gontract Dncuments with respect to the Worl�, and City
shall be entitled to an apprapriate decrease in the Cnntract Price, �•eflect�ng the d'vninished value o£
Wark so accepted.
13.09 �ity 1Vlay Correct Defective Work
A. If Cont�actor fails withir� a reasonable time after v,rritten notice iram CiLy to correct defectiv�
Work, ar to remove and replace rejected Wox�c as requ�red by City in accordance with Para�r•aph
13.06.A, or if Contractor fails to perforrn the 1Worlf in accorcfance witb the Contract Dncuments,
oz• if Contractor fails tn comply with az�y other provision of the Contract Documents, City may,
after seven ('� days written natice to Contractar, correct, ot• t•err�edy any such deiiciency.
B. In exercising tne rights and remedies under this �'aragraph 13.�9, City shall proceed
expeditzously. In connectian with such correcti�e or remedial action, City may exclude Contractor
fram all or pa�t of the Si�e, tak� possession of all or part of the Work and suspend Contractor's
services related thereto, and incorporate in the Worlc all materials and equipment incorporated in
the Warlc, stored at th� Site or far which City has paid Contractar but which are stored eLsewhere.
Contractar shall aIlow Ciry, City's representa,tives, agents, consultants, emp.loyees, and City's
other contractors, access to the Si�e to enable City to e�e�•cise �he ri�hts and remedies under this
Paragraph.
C. All cl�icns, costs, losses, and rlamages (including b��t not Lim�ed to all fees a�d charges of
engineers, architects, attorneys, and othe� prafessionaLs and all cour� oc other dispute resolution
C1T Y pF f ORT WORTH
BTAIVDAI�pCpN51'RIICTION 5PEGIFICA'C[ON DOCUMIIVTS
[tevisian: 8/L31L�21
ao�zoa-�
C�N�F2AL CAN➢1T IQNS
Page 52 of 63
costs) iricurred or sustained by City in exercising the rights and rernedies under thfs Paragraph
13.09 wi1l be charged against Contractor, and a Change Order will be issued incorporating t11e
necessaryrevisians in th� Contract Documents with �espectto the Wark; and Ciry shall be entitled
to an appropriate decrease �n the Contract Price.
D. Contracio}' shall not
pez-farmance af the
Paragcaph 13.04.
l�e allowed an extension of the Contract Time because of any d�lay in the
Work attributable to the exercise of Ciry's rights and re�nedies under this
ARTICLE 14 — PAYMENTS TO C�NTRACTOR AND COMPLETI�N
14.OI Schedule of Yalues
The Schedule of Values for lump surn co�tracts es�blished as provided in Paragraph 2A7 will ser�e
as the basis for progress payments and �ill be incorporated into a form af Appiicatzan for Paymerrt
acceptable ta City. Prngress payments on account af Unit Price 1Nork will be based an the number of
unit� completed.
14.02 Progress Payments
A. Applicatiorrs for Payrrtents:
4.
S.
1. Contra�tor is responsible for providing all informatian as requ�red to become a vencior of the
City.
2. At least 20 days before the date establish�d in the Gen�ral Requirements for each progress
payment, Contractor snal� submit io City for revievv an Application for Payment fi�ed out and
signed by Coniractor co�vering the Work eompleted as af the date of the Application and
accompanied by such supporting documentation as is required by the Cnntract Documents.
3. If payrnent is requested on the basis of mat�rials and equipment not i�corporated in the Work
but deli�eced and suitably stored at the Site or at another location agreed to in wri�ing, tY�e
Appl�catian f�r Payment si�all also be accompanied by a bill o�' sale, invoice, or ather
documentation warcan�ing that City has received the materials and equipment free and elear of
all Liens and evidence that the materials a�d equipment are co�ered by apprapriate insurance
or other a�rangements to protect City's interest therein, all of which must be satisfaetory to
Ciry.
Beginning with �►e second Application for Payment, each�Application shall include an affidavit
of C�ntractar statirig that previous progress payments received on account oi the Work have
been applied on account to discharge Contractor's legitimate obligations assaciatedwith prior
Applications for Payment.
The amount of retainage with respect to progress payrrtents will be as descri6ed in
subsectzon C. unless oiherwise stipui�ted in the Cantract Docurrzen.ts.
CITYQI' PORT WORTH
STAND.4RDCONSTRUCTION 51'ECIFICAiION DOCLTMENT�
Revision: 8�13IZiD21
�072p0-I
GENERAL CflN➢IT �ONS
Page 53 aF63
B. Revietiv ofApplications:
I. City will, after receipi af each Application for Payment, either �ndicate in wr�ting a
recomtnendation oi payinent or return the Application to Contractor uadicating reasons for
refusing payment. In the latter ca�e, Contractnr may make the necessa�y correetions and
resubrnit the Application.
2. Ciry's processing af any payment r�quested in an Application for Payment will be based on
City's observations of the executed Worlc, and �n Ciry's review of the A�plication for Paymer�t
and the ac�ompanying data and schedules, that to the best of City's knovvledge:
a. the Work has progressed to the poin.t indicated;
b. the quality of tlle Warl� is generally in accordance with the Contcact Documents (snbject
ta an e�aluation of the Work as a functianing whole prioz• to or upon Final Accep�a,nce, the
restilts of any subsequent tests called for in the Contract Documents, a final determination
of q�aniities and e]assifications far Wot'k perfarmed under Pat•agraph 9.05, and any other
qualif"ications stated i�i the recommendation).
3. Processing any such payment will nat thereby be deemed to have represented that:
a. inspections made to check the qualiry or the quantity of the Worlc as ii has 6eenpeiformed
have been e�chaustive, extended to every aspect of the Work ian progress, or invol�ed
de�ailed inspeciians of the Wnrk beyond the respor�ibilities specifically assigned tn City
�n the Contract Do.cuments; or
b. there may not be nther matters or issues betweenthe par�ies that might entitle Contractor
to be paid additionally by City or entitle City to withhold paymenf fio Contractor; or
c. Contractar has complied with Laws and Regulations applicable to Cat�tractox�'s performance
nf the W arlc.
4. Ciry may refuse to process th� whole or any part af any payxnent because af subsequently
discovered e�idence ar the resul�s of subsequent inspections or tests, and revise or revolce
any such payment previously mada, to such axtent as may be necessaiy ta pro�ect City froin
loss because:
a. th� Wor[c �s de%ctive ar campleied Work has 6een damaged by� the Contractor or
subcont�actors requi�ing correction or repIacement;
b. disccepancies in quantities contained in pre�ious appl�cations for payment;
c. the Contract Price has been reduced by C.hange Orders;
d. City has been required to correct defective Work or cornplete Vt�ork in accordance with
Paragraph 13.09; or
CITY OP FOiiT WORTH
STANDAI2DCONSTRUCTION SPEC[FICA7'TON DOCi7MEPITS
Revisian: 823/�,i
00 72 00 - l
GEN�RAL CONDITION S
Page 54 af G3
e. C�y has actuaj lmowledge of the occurrence af any of the events enu�nerated in
�'aragraph IS.d2.A.
C. Retai�age:
l. For contracts less than $400,000 at the time of ezcecution, retait�age shall be t�en percent
( 3 �°Ia}.
2. For contracts greater than $400,000 at �he ti►ne of executian, cetainage shall be iive percent
(5%).
D. Liquidated Dcrmages. Foe each calenda�• day that any work s�all remain uncompleted after ihe
time specif'ied in tlle Contract Documents, the sum per day specif'ied in the Agreement will be
assessecf agait�st the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractnr will be paid pursuant to the requirements of this Ax�ticle 14 and payment
wii[ become due �ir� accorda�ce with the Contract Documents.
F. Reduction an Paymertt:
1. City may refuse to ma.ke payment of the amount requested because:
a. Liens have been filed in conriection with the Work, except where Contra�tar has delivered
a specific bond satisFaciQry ta City to secure the satisiaction and discharge of such Liens;
b. there are other items entrtling City to a set-off against the amount recommended; or
c. City has actuaI knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.8.4.e oc Paragraph 15.02.A.
2. If City refuses to mal�e payment of the arriount requested, City will give Contractor written
natice stating the reasons for such action and pay Contractor any arnount remaining after
deduction of the arnoUnt so withheld. City shall pay Contractor the amount sa withheid, or any
adjus�nent thereto agreed to by City and C�ontractor, wher� Contractor remedies the reasons
for such action.
14.03 Cantractor's Warranty of Title
Contractor warrants and guarant.ees that title to a!1 'Work, materials, and equipment covered by any
Application for Payrrient, whether irrcorparated in the Project or not, will pass to City no later than the
time of paymer�t free and clear of all Liens.
CITY �F FORT WORTH
STANDARDCQNSTRIICTION SPECIFECATION pOCLTMEPf7'S
Revision: 8�i'�21
oo�2oa-i
G��IERA! CON�I7ION S
Page 55 of 63
14.04 Partial Utilizatzon
A. Prior to �`inal Acceptance af all the Work, City may use or accupy any part of the Work which
• has specifica]ly been ident�ed in the Contract Documen�s, ox which City determines constitutes
a separately functioning and usable pat�t of the Work that ean be used For its intended purposa
without significant intei�ference wv�th Contractar's performancc ofthe remainder of the Worlc. City
at any time may notify Contractor iri writing to permit City to use or occupy any such part of the
Work which Ciry deterrnines to be ready far its intended use, subject to the folfowing conditions:
1. Contractor at any time may notify City in wriiing Yhat Contractor considers any such �a��t of
the Work �•eady Far its intended use.
2. Withu� a reasonable time after notification as enutne�•ated in Paragtaph Zq�,OS.A. l, City and
Contractar shall mak� an inspection of that part of the Work to deter�nine its status of
completion. If Cit� does not considei that part of the Work to be substantial�y complete, City
will natify Contrac�oi• in writing giving fhe reasnns therefor.
3, Partial Utilization will nat constituttE: Final Acceptance by City.
14.05 Finallnspectian
A. Upon written notice frorn Contractor that the entire Work is Substantially Complete in
accorc�ance with the Contract Documents:
1_ Within 10 days, City �nril! schedule a Final Inspection wi�h Contracto�•.
2. City will notif� Cont�•actor in writing of all particulars in which this inspection reveals that
the U�Iorlc is incomplete or defecti�e �"Punci� List Itezns"). Contractor shall immediately take
such measut-es as are necessary to complete such Work ar remedy such deiiciencies.
B. No t'vnc charge will be made agai�st the Contractor between saicf date of noti�cation to the Ciry
of Substantia.J Completion and the date of Final Inspection.
I. Shou[d the City determine that the Worlc is not ready iar Final Inspection, City will notify the
Contractor in writing of the reasons and Cantract Tiene will resume.
2. Should th� City concur that 5ubstantial Compietian has been achievad with the exception of
any Punch List Items, Contract Time wilI resume for the duration it talces for Contractor to
achie�e I'fnal Acceptance.
14�.06 Final Acceptance
Upon completion by Con�ractor to Ciry's satisfaetion, of any additional Worlc identified in tlle Final
Inspection, City will issue to Contractor a letter of Fina1 �icceptance.
CITY OF FORT WORTH
STANiIARDCONSTItUCT1DN SPECiFICA'f[ON DbCLTMENTS
RCvision: 8123l202,I
Op7200-1
CEN�F2AL CON�ITION S
P�e 56 of 63
I4.07 Fia�al Payment
A. ApplreatianforPayrr�ent:
I. U�on Final Acceptance, and in the opinion of City, Contractor may make an ap�lication for
�nal payment following the procedure for progress paymen.ts in accordanee with the
Contract Docutnents.
2, The �inal Appiicatian for Paymeni shall 6e acco�npanied {except as previously delivered} by:
a. afl documentatior� called for in the Contract Documents, includ�ng but nr�t iimited to the
evidence af insurance required by Paragraph S.d3;
b. cansent of the surety, if any, to final payment;
c. a list of all pendin� ar released Damag� Claims against City that Cantractor belie�es az�
unsettled; and
d. affidavits of payments and complete and legafly effecti�e �•eleases or waivers
�sat�sfactory to City) o£ all Lien righ�s arising out of or Liens iiled in cotu�ection with the
Work.
B. PayrraentBecomesDue:
I, After City's acceptance of the Application fa� Payrnent and accompanyuig dacumentatian,
requested by Contractor, less previous payinents er�acie and any sum City is enti�led,
incluc#ing but nat limited ta liquidated damages, wilI become due and payable.
2. Aft�r all Damage Claims have beenresalved:
a. direcily by tl�e Contractor ar;
b. Contractor provides evidence that the Damage C�aim has been reported to Contractor's
insurance pra�ider for resalution.
3. The making of the fir�al payme�t by the City shall not relieve the Contractor of any
guaran�ees or other requirenr►ents af the Con�ract Dflcuments which speciiically continue
th�reafter.
14.08 Final Campletion Delayedand PartiaiRetainage Release
A. If final coenp�etion ofthe Warlc is significantly deIayed, and if City so canfirms, City may, �pon
receipt of Contractor's f�nal Application for Payment, and without terminating the Contraci, make
payment af the balance due for that portion of the Work fully completed and aceepted. If the
remainirig balance to be held by Ciry for Work not fully completed or carrected �s less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in:
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
C1TY OF FORT WQRTH
STr1NDARDCONSTRUCT[0�' SPECIFICATION DqCiTMC3d`['S
R€vision: 81Z�21
00 �2 oa - i
G�NERAL COND ITION 5
P�e 57 of G3
por�ian of tlle I�orl� fully campleted and accepted shall be su�rnitted E�y Gontractor ta City �vith
�e Application for such payment. Such payment shall 6e made under the terir,s and candi�ions
govex�ning final payment, except that it shall not constiiute a�vai�er of Contract Claims.
B. Partial RetainageRelease. For a Contract that pro�ides for a separate vegetati�e est.�blishment
and maintenance, and test and per�ormance perio.ds follovtring the completion of al[ otlter
construction in �he Cont�•act Documents for all Wark locations, the City r�nay release a poi�tion oi
the arnount retained provided that all othee woric is completed as deteYmined by the City. Before
the release, all submittals and final quatttities must be complete�i and accepted For all other wark,
An amount suffici�nt ta ensure Cotatract comp[iance will be retained.
I4.Q9 Waiver of Claims
The acceptance of final payment will constitute a release of the City from aIl elairns or liabilities
under the Cont�•act for anything done dr furnished or relating to the wark under the Cnntract
Documents or any act or n�glect of City related to or conn�cted with the Contract,
ARTICLE 1� — SUSPENSION OF WORK AND TERMINATION
15.OI City May Suspe�2d Work
A. At any time and without cause, City may suspend the Worlc or any portion thereof by written
notice to Contractac and which may f'vc the date on �rhich Work will be resumed. Contractor shall
resurne the Wo�•k on the date so f�ed. During temporary suspension of the Worlc covered by these
Contract Daaurrients, for any reason, the City will make no ea�a �ayrr�ent for stand-by time of
const�uction equipment and/or const�uction crews.
B. Should the Contractor not be able to com�lete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contraetor, and should it be determined by
inutual eonsent of the Can�actor and City that a salut�on to allow construction to proceed is not
a�ailable withi� a reasonabie periad of time, Contractor rnay reyuest an extension in Contract
Time, directly attt•ibutable to any such suspension.
C. If it should become n�ce�sary to suspend the Worlc for an incfefinite period, the Contractor shall
st�z°e alI inaterials � such a manner that they vvi[I not obsti°uc� or impede the public unnecessarily
nor become damaged in any way, and he shall take e�e�y precaution to prevent damage or
deterioration of the wark performed; h� shall provide suitable drainage about tk�e wo�•k, and. erect
temporary structures where rtecessary.
D. Contractor znay b� reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determitied 6y the City that construction may be
resumed. Such rei�nbursement shall be based on actual cost to the Contractor of moving the
equipment and na profrt will be allowed. R�im�uesement r�aay not be allawed if tkie equiprnent �s
moved to another construction project for the City.
CITY QF FQRT WOI2TH
STANDARDCpNSzRUCl']ON SPEC�ICAT[OM DOCIJMFNTS
Revision: $r23CI1�21
oanoo-i
G�NEFtAL CANDITION S
Page 58 of 63
15.02 City 11�1ay Terminate for Cause
A, The occurrence ofany ane or �ore of the follawing events by way of exarnple, but not af limi�ation,
nnay justify termination for cause:
Contractor's persistent failure to perfarm the Worlc in accordance with the Contrac� Docuinenis
(including, but not limited to, fai�ure to supply suf�'icient skilled workers ar suitable materials
or equipment, failure to adhere to the Project Sohedule establish�d under Paragraph 2.07 as
adjusted £�•am time to time pui•suant to Paragraph 6.04, or failu�•e to adhere to the City's
Business Divers�ty Enterprise Ordinan�e #20020-I2-20i lestablished under Para.gaph
6. �6. D);
2. Contractor's disregard of Laws ar Regulations of any public body havitig jurisdiction;
3. Contractar's repeated disre�ard of the authoriry of City; or
4. Contractor's vic�lation in any substantial way oi any pro�isions of the Contract Documents;
or
S. Contractor's failure to promptly make good any defect i� materials or workrnanslvp, or�
def�cts of any nature, the carrection of wi�ich has been directed in wri�ing by the City; or
6. Subs�antial indication tl�at the Contractar has made an unauthorized assignment of t�e
Contract or a�y funds du� therefrom far the benefit af any creditor or for any other purpase,
OY
7. Substantial evidance that the Contractor has beco�e insoiven.t or bankrupt, or otherrvise
f�aancial�y unable to carry on the �Vork satisfactarily; or .
8. Cont�actor commences legal action in a court of �corzipetent jurisdiefiion against the City.
B. Ifor�e or more of the events icientified iri ParagrapH iS.02A. occur, City will provide writi�n notice
to Contractor and Surety to arrange a eanference with Contraetor and Surety to address
Contractor's failure to perforrn the Worlc, Conference shall be held not later than 1� days, after
receipt of notice.
1. If the City, the Contractar, and the Surety do not agree to allow the Contractor to proceed to
perform the constr�uetion Contract, the City rnay, to the e�ent perm�tted by Laws and
Regulations, declare a Contractor defaujt and formally terminate the Cantractar's right to
complete the Contraet. Contractor default shall not be declared earlier than 20 days after ihe
Contractor and Surety have received notice of conference to address Cantractor's failure to
perforna the Work.
2. If Contractor's ser�ices are terminated, Surety shali be obligated to tak� over and perform the
Work. It'Surety does not cammence performanea thereof within 15 consecutive calendar days
after date of an additional written notice demanding Sueety's performance of �ts
CI7'Y QF FORT WORTH
STANDARACONSTRUCTION SPECIrICA'CION i}OCUMENTS
Revision: 82�1
oanao-�
GENERAL GAN�1710�J S
Page 59 pf 63
abligations, then City, without process ai aetion at law, may talce over any port�on of the
Work and complete it as describcd belnw.
a, If City completes the Worlc, Ciry rnay exclude Contractor and Surety fram the si�e ancE
take possession of the Work, and alI materrals and equipment i�cozporated into the Work
stored at the S�te or for which City has paid Contr•actor or Surety but which are stored
eIsewhere, and %nish the Worl� as City may deem expedient.
3. Whether City flr Surety cornpletes the Wor�c, Cont�actar shall not be entitled ta recei�e any
�urther payment until the Work is finished. If the unpaid balance o� fihe Contract Price exceeds
all claims, casts, losses and damages sustained by Ciry arising out of ar resulting frorn
cornpleting the Wark, such excess will be paid to Contractor. If such claims, costs, losses and
damages eXceedsuch unpaid balance, Contractar shall pay the difference to City. Suc� claims,
costs, Iosses and damages incurred by City wi� be incorpora.ted in a Change Order, provide d
that when exerci�in.g any rights or remedies un.de�• this Paragraph, C�.y shall not be requued ta
obtain the lawest price for the Work perfarmed.
4. Nei�her City, nor any of its respective consultants, agents, officers, directors or e�nployees
shall be in ar�y rvay liable ar accauntable to Contractor or Surety for the method by which the
completion of the said Work, or any portion ihereof, may be accomplished or fior tne price paid
thei•efor.
5. City, notwithstanding the method used in completing the ConCeact, shall nat forfeit the right
ta recover damages from Cont�•actor or Surety for Contractor's failure to timely c.omplete the
entire Contt�act. Contractor shaIl not be entitled to any claim on account of the method used
by City in cotnpleting the Contract.
Maintenance of the Worlc shall eantinue to be Contractor's and Surety's responsibilities as
provided foc in the bond �•equieements nf the �ontract Dacuments or any special guarantees
provided t'or under ihe Contract Dacuments or any ather obligations othetwise prescx•ibed by
law.
C. Notwithstanding Paragraphs 15.42.B, Contractor's ser�iees will not be terminated if Contractor
begins within seven days of receipt of notice af intent to terrninate to correct its failure to perform
and proceeds diligently to c�are such failure withit� no more than 3Q days af receipt of said notice.
D, Where Contractor's ser�ices have been so terminated by Ciry, the termination v�ii] not affect any
rights or remedies of City against Contcactof then existing or which may thereafter accrue. Any
retention or payment of moneys due Cantractor by City wi� not release Contractor from liability.
E. If and ta th.e extent that Contractor has provided a per�'ormance band under ihe provisions of
1'aragz•aph �.02, the terrnination pracedures af that bond shall nat supersede the provisians of this
Article.
CITY OP F'ORT WORTH
STAN!]AI2DCONST&UCT]QN SPECIP[CAT[ON DOC[}MENTS
Revisinn: &23/2021
ao �z ao - i
C�N�RAL CAN�lTION 5
Page b0 of 63
15.03 Cily Ma,y Terrrainate Fo� Convenience
A. City z�-iay, w�hout caUse and without prejudice to any other right ar remedy o� City, terminate the
Cont�act. Any termination shall be effeeiedby mailing a notice of the terinination ta the Cantractor
speciFyi�g the extent to whick� performance of Worlc under ihe coniract is terminated, and the date
upon which such terrnination becoxnes effective. Receipt af the nofice shall be deemed
conclusive[y presurned and esiablished whentk�e letEer is placed in the United States Pos�al Ser�ice
Mail by the City. �'urthec, it shail i�e deemed conclusively presutned and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as othervvise directed hy the City, the
Contractor shall:
1. Stop wark under rh� Contract on the date and ta the e�ent specif'ied m the notice of termination;
2. place na f��ther orders or subcantracts for rnaterials, services or facilities except as znay be
necessary for campletion af such portion of the Work under the Contract as is not terminated;
3. terminate all nrders and subcont�•act� to tile exter�i that they relate to the pert'ormance of the
Work terminated by notice of termination;
4. transfer title to t�e City and c�eliver in the manner, at the times, and to the extent, if any,
duected by the City:
a. the fabricated or unfabricated parts, Wark i� progress, cnmp�eted Wor�c, supplies and
oiher r�aaterial produced as a part of, or acyuired iri connection witll the performance of,
the Work termin.ated by the notic� of the termination; and
b. the carnpleted, or partially campleted pians, drawings, it�foz�mation and other properry
which, if the Cantract had heen cornpleted, woi�ld har�e been required ta be furnished to
the City.
5. compl�te perfarmance af such Work as shall not ha�e been termiriate� by the notice of
termination; and
6. take such action as may be necessary, or as the City may di�ect, for the protectian and
preser�vation of the property relat�d to its contract which is in the possession of the
Contractor and �n which the awner 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 ta the Ciiy a list, certified as to quantity and quality, af any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or autharized by City.
CITY (}F FORT WOR'I'H
STAI+IDARDCONST&iIGTIDN SPECIFICATIaN DOCUMEI+4TS
Revision: S�Z3/1021
00 �2 ao- �
G�N�RALCONpITION 5
Page 6 I of 53
D. Not later than IS days thereaft�r, the City shall accept �itle �o such items pro�ided, that ihe list
su6a�nitted shall be subjent to verificatian by the City upon removal of the items or, if the it�ms are
stoted, wfYhin 4S days from the date of suhmission of the list, and any nece5saty adjustments to
correct the list as s�bmitted, shall be rnade pt�ior to final settlement,
E. Not later than 60 days after ihe n�tice of terminatian, the Contractor shall subm�t his termination
cIairn to the City in. the form and with the certification prescrib�d by fihe City. Unless an extension
is made irn writing within such 60 day period by tlze Contractor, and granted by the City, any and
all such claims shall be conclusively deexned waived.
F. In. such case, Contraetor shall be paid for (without duplication af any items}:
1. compleied and acce}atabie Work executed in accor•dance wi�h the Contract Documents priat�
io ihe ei%ctive date of termination, including fau• and reasonable sums �or overhead and profit on
such Vi�orlc,
2, expenses sustained prior to the effective date of terminatian in pecforming serv[c�s and
furnishing labor, materials, or equipznent as required by the Cant�•act Documents in connection
with uneompl�ted Worlc, pl�as fai� and r.easonabl� sums for a�erhead and profit nn such expeases;
and
3. rcasonable expenses du•ectly attributable to terminatzon.
G. In the event af the failUre of the Contractor and C�it}� to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City sha�l deiermine, on the �asis
of information a�aiiable to �t, the amo�ant, if any, due ta the Contractor by reason of the teemination
and shall pay to the Cantractor the amo�ints determined. Contractor shall not be paid on acca�nt
of loss of anticipated prafits or re�enue or other eeonomic loss arising out af dr resultin.g from
such termination.
ARTICLE 1b —DISPUTE RES�LIITION
I6.01 Methods and P�ocedu�^es
A. Either City or Contractor may request mediation of any Contract Claim submittec! for a decision
under Paragraph 10.06 before such decision becomes final and bindir�g. Tha request for mediation
snall be submitted to the other parry to the Contract Timely submission ot` the cequest shall stay
the e ffe ct af P aragraph 10. 06. E.
B. CiEy and Contractoz� shall partieipate in the mediation process in good faith. The pYocess shall be
commenced within 60 days of filing of the request.
C. If the Contract Clairrt �s nat resolved by tx�ediation, City's aciion under Paragraph 10.06,C or a
cfenial }�ursuant to Paragraphs lD.Q5.C.3 or �0.06.D shall become final and 6inding 34 days after
termination of the mediati�n unless, wi�hin that time perio. d, City nr Contracfor:
CITY OF FORT WORTH
STANDAI2.DCONSTRUCT[ON SPECIFICA7'ION DOCUMIIVTS
Revision: 8/�.3/1A21
ao �r2 oa - �
GENERAL CANDiTIOP! S
Yagc 62 af 63
1. elects in wr�ting ta invoke any otiher dispute �•esolution process pro�ided for � the
Supplementary Conditions; or
2. agrees with the other party ta submit the Contraci Claim to anather dispute resolution
process; or
3. gNes written notice to the other party of th� intent to submit the Ganteact Claim to a court of
campeten� jurisdiction.
ARTXCLE 17 -- M�,SCELLANEOUS
17.O1 GivingNo�ice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been rralidly given if:
], delivered in person to the indi�idua I or to a rnember of the firm ar to an officer of the
corporation %r whom it is intended; or
2. delivered at ar sent 6y reg�stered or certif�ed mail, postage prepaid, to the last business
acfdt•ess knawn ta the giver of the notice.
B. Business address changes must be promptIy made in writing to the other party.
C. Whene�er the Canttact Documents specifies gi�ing notice by electronic means such electronie
notice shall be deemed suffcient upon confirz�atian of receipt by the reeeiving party.
17.02 Camputativn of Times
When any �eriad of tirne is ref�rredto in the Contract Documents by days, it wi� be computed to
excIude the first an.d include the iast day of such period. If the last day of any such period ialls on a
Saturday or Sunday or on a day made a lagal holiday ihe ne�st Working Day shall becoxne the last da:y
of the period.
17.03 Curnulative Remedies
The duties and obligations imposed by these General Conditians anc� the rights and remedies available
hereunder to the parties herato are in addition to, and are not to be construed ir� any way as a limitation
of, any rights and remedies available to any ar all of ihem which are otherwise imposed or available
by Laws or Regulatiaras, by special warranty or guarantee, or by other provisions of the Cnntt•act
Documents. The provisions of this Paragraph will be as effective as �' repeated speci%cally in the
Contract Document� in connection with each particular duty, obligation, right, and rernedy to which
they apply.
cerYor �oR•r woRTx
STANT3ARDC01�5TRUCTIDN SPECIPICATION DOCUM&'IVTS
Revision: 823lIA21
ao �a oo - i
GENERAL COND 1710N 5
Page G3 of 63
17.04 Survival of Obligatao�as
All representations, indetr�nifications, wai•ranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligatians iridicated in the
Contract Docunnents, will sur�ive %al payment, completiion, and acceptance of the Waric or
termination or completion of the Contract a�• termi�ation of the services of Co�tractor.
17.05 Headings
Article and paragraph headings are inserted for eonvenience only and do not constitute parts af these
General Conditions.
CITY OF FORT WORTH
STANDARDCOI�S'fRUCTi4N SPECIF[CATi01V DOCUNIENTS
Revisian: 823f1A21
QO 73 00
SUPPLEMENTARY COTIDITIONS
Page 1 af 5
SECTION 00 73 00
SUFPLEM�NTARY CONDITIONS
TO
GENERAL CONDITIONS
Sapplementaey Cor�ditio�s
These 5uppiementary Conditions modify and supplement Section 00 72 00 - General Conditions, and othei•
provisions of the Contract Documents as indieated below. Ail provisions of the Generai Conditions tliat are
modified or slipplemented re�nain in full force and effect as so rnodified or suppiemex�ted. A11 provisions
ofthe General Condifi�ns whicl� are not so inodifed or supplemanted �-emai.n in full force and effect.
Defiined Terms
The terms used in these Supplementary Conditians which are defined in the GeneraE Conditions have the
meanin� assigned to them in the General Conditions, unless specifically nated heren�.
Modit"Ycaiians and Supplements
The following are instrnctions that modify or supplement specific paragraphs in the General Conditions a�id
other Contract Documents.
SG3.�3B.2, ��Resolving Discrepaneies"
1'lans govern aver Specifications.
SC-4.41A
Essement limits shown on the Drawing are approximate and wer� provided to establish a basis foi• Uidding.
Upon receiving the Einal easements descriptions, Contractor shall compare them to the l.ines slZown on the
Con#ract Drawings.
SC-4.D1A.1., �°Avaifability oi`Lands"
The following is a lis� af known antstanding right-of-way, azidlor easements to be acquired, if a�iy as of:
NIA — Easetnient and Rights-of-Way will be obfained prinr Ea issuancc of Wo►•k Order.
Outstanding Right Of-Way, a�d/ar �asements to Be Acquired
PARCEL O WNER
NUMB�R
�NONE>
TARGET DATE
OF POSSESSION
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and da nat hind the Gity.
�f Cont�actor eonsiders the final eas�rnents pravided to differ material�y finm tha �•epresentations nn ihe
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding witkt the Warl�,
��otify City in writing associated wit[i th� differing easeruent line locations.
SC-4.OIA.�, "AvailabiEity of Lands"
CTI'Y OC r0121' 1WORTI-1 Cl'1'YWTDE S7'ORM pRA1N IMPROV�M�N"I'S
STANDARD CONSTRUCTION SFECII'ICATION DOCUMENTS CITY PR07ECT NO. 1OD092
Revised March 9, 2020
00 �3 ao
SUPPLEMENTARY C�NDITIONS
Page 2 of 5
Ufili�ies or obstructions to be remaved, ad�nsted, Andlor relocated
The fallowing is list oi utilities and/or obstructions that ltave not been removed, adjt�sted, andlor relocated
as af when tl�is document was created.
EXPECTED
OWN�R
UTILITY AND TARGET DATE
LOCATTON O�' ADJUSTIvIENT
Major utilitics will be relocated as needed prior to canstruction,
. Minor utilities will be relacated as needed .as �art of construction. __ _ ___. ____.,.___.�_.___._
T'he Contractnr understands ar�d agrees that the dates listed ahove are estimates only, are not guaranteed,
and do not bind the City.
SC-4.U2A., "Subsu:•face and Physical Conditions"
The following are repoi�ts of exp[orations and tests of subsurface conditions at the site of tha Work;
<NONE�
The following are drawings of �hysical eonditions in nr i�elating to existing surface and subsurface
structures (except Underground Faci[i�ies) which ar� at or contiguous to the site of the Worlc:
<NON��
SC-4.06A., °°Hazardous Environmental Conditions at Site"
The follavuing are repoirts and drawi�igs ofexisting haza�'dous enviranmental eonditions known to tEie City:
�NONE�
SC-5.03A., °°Certificates of lnsurance"
7'he entit[es listed below are "additianal insureds as their interest may appeae" includ'[ng their respective
officers, directors, agents and etnployees.
{1) City
(2) Consultant: <NON��
(3) Other: <NONE�
SC-5.04A., °°Cantractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall pro�ide the following
coverages for not less than the follawing senounts or greater where required by laws and regu]atiQns:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statuto�y 19mits
�mployer's liability
$100,004 each accident/occurrence
$100,00a pzsease - each employee
$500,00� Disease - policy lirr�it
SC-5.04B., "Contractor's Insurance"
CITY OF' �ORT WORTH CITYWIDE STORM DRATN IMPROVHMENTS
STANDARD CONSTRIICTION SPECI�ICATION DOCUMENTS CITY PR07ECT N�. 10�092
[tevised March 9, 202d
aa �3 00
SUPPLE3vtENTARY CONDITIONS
Page 3 of 5
5.04�. Commercial General Liability, under Paragraph GC-5.04B. Contractar's Liability Insurance
under Paragraph GC-5.048., �vhicli shall 6e on a per project basis cover�ng the Contractor wittt
minimum limits of:
$1,Q40,OOQ each nccurrence
$2,OOO,U00 aggregate Eimit
The palicy must have an end�rsement (Amendment — A.ggregate Limits of Insurauce) maEcing the
General Aggregate Limits apply separately to each jnb site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" caverage's.
Versfication of such ca�erage must be shown idi the Remarks Attinle oithe Certi�cate ofInsurance.
SC 5.04C., "C.ontractor's Insurance"
5.4�C. Automobile Liability, under Paragraph GC-S.Q4C. Contractor's Liability lnsurance un�ler
Paragraph GC-5.04C., which shall be in an amount not Less than the fallowing a►r►ounts:
(] ) Auknmohile Liability - a cotnn�ercial business policy shall provide coverage on "Any Auto",
de�ined as autos owned, hu•ed and �on-owned.
$1,O�1D,U04 eaeh accident on a combin�d single 1'rmit basis. Split limits are acceptable if limits are at
least:
$25D,000 Bodi4y injury per persoo 1
�5DQ,OUO Bodily Injury per xecident /
$I00,400 �'roperty Damage
SC-5.U4D., "Contracfar's Insurance"
'I'lie Cantractor's consh-uction activities will require its employees, agents, subcontractors, equipment, and
material deliveries io crass railro�d properties and tracks <NONE�
The Contractor shall conduct its oper�ations on ►•ailroad properties in sueh a manner as not ta interfere with,
hinder, or obstruct the railraad compa.ny in a�iy manner whatsoevec in the use or operation of ifis/their trains
or other property. Such operations on railroad propeities may reyuire that Contractor io execute a"Right of
Entry Agreement" with the parkicUlar railroad company or companies invalv�d, and to this enrl the
Cantractar should satisfy itself as to the requirements of each railrpad company and be prepared to axecute
tha right-of-entry (if any) required by a railroad company. Ti1e requirements specified herein likewise relate
to tha Coniracta�'s use of private andlor construction access roads crossing said railroad company's
properties.
The Contractual Liability covei�age required by Paragraph 5.04D of the General Canditians shall provide
co�verage %r not less than the following amounts, issaed by companias sa�isfactory to the City and to the
Railroad Gompany for a ter'm that continues for sa long as tlte Cont�actor's aperations and work cross,
oecupy, or iouch railraad prapeity:
(1) General Aggregate:
(2) Eacii Oceurrence:
_ Required fa�• this Contyact
C1TY OF �'ORT WORTH
STANDARD CONSTRIJCTION SPECIFICATIOIV DOCUMENTS
Revised March 9, 2920
N/A
NIA
X Not req�ired for this Contract
CITYW IDE STORM DRAIN IMPROVEMENTS
CITY PROJCCT NO. 100Q92
00 73 00
SYIPPLEMIIVTARY CONQITIONS
Page 4 af 5
With respect to the above outlii�ed insurance requirernents, the fol lowing shall gavern:
L. Where a single railroad company is invoEved, the Contractar sha�l pro�ide one insurance palicy in
the name oF the ra�lroad company. Howe�er, if more than one grade separatian or at-gt�ade
crossing is affected 6y the Project at entirely separate Iocafians o� the line or lines of the same
railroad eoinpany, separate cnverage may be required, each in the amo�nt sta#ed above,
2. Wliere more than one railroad company is operatmg on the same rigltit-af-way o�• where several
railroad companies are involved and oparated ott their own separate rights-of-way, the Contractor
rr►ay be required to pra�ide separate insurance �olicies in the name of each 3•ailroad co�npany.
3. If, in addition to a grade separation oi• an at-gratie crassing, other work or activity. is pz•oposed an a
railroad company's right-of way at a]ocation entirely separate from the grade s.ep.aratian or at-
grade crossing, insurance caverane for this work niust be included in the �olicy cnvering the grade
separation.
4. If no grade sepu•atian is invalved but other work is proposed on a railroad company's right-of-
way, aIl suc11 other work tnay be cov�red in a single po[icy For that railroad, even though tlie work
may be at two nr more separate locations.
No work or activities on a railroad catnpany's pro�eety to be performed by the Contracto�• shall E�e
commenced until ihe Coniractor 13as furnished the City with an origina[ policy or polieies of ilte insurance
for each railraad company uamed, as required above. All such insnrance must be approved by the City and
each affected Railroad Com�any prior to the �onteactor's beginnin� work.
TI1e insurance specified above must be carried untiil a[1 Wor[c to Ue peeformed on the raiiroad right-of-way
has been completed and t�e grade crossing, if any, is no longex used 6y the Contractot•. In addition,
insuc•ance must be carried during all maintenance and/or repair worlc performed in the railroad right-of-way.
Such insurance must name the railroad co��ipany as the insured, together with any tenant ar ]essee of the
ra'rlroad company operating ovez• t�•acks invol�ed in the Project.
SC-6.04., "�'roject �chedule"
Project sch�dule shall be tier 1 for tEie project.
SC-6.07., °�Wage Rates"
The following [s the prevailing wage rate table(s) applical�le to this project and is provided in tlte
Appendixes:
2013 Prevailing, E�eavy & Highway Constructian Prajects (GC-6.07 of this Contract Boolc).
A copy of the table is also available by accessing the City's website at:
https://a_nus.fortworthkexas.govlProi ectResources/
You can access the file by following the dire�tory paih:
02-Const�'uction Doeuments/Specifications/DivO� — General Conditions
SC-G.09., "Permits and Tltilities"
SC-6.09A., "Contractor abtained permits and licenses"
Tlie fo[lowin�; are known permifs and/or licenses required by khe Contract to be acquired 6y the Contractor:
1, Contraetor will pull required �permits as needed fnr each work order, i.e, Utility Cut, Traffic, etc.
2. �NONE�
CI'I`Y OF F�RT WORTH C.ITYIIVIDE STORM T}RAIN IMPRQVEMENTS
STAI�lDARD CONSTRUCTION SPECIFICATION DOCYIMENTS CITY PROJECT NQ 140042
Revised �viarch 9, 2020
00 73 00
SUPPLEMENTARY CONl�1TION5
Page S of 5
SC-bA9B. "City obtained permits and lice��ses"
Tlfe following are known permits and/or licenses requirad by the Conlract to be acquired by the City:
3. <NONE> Any permits required will be obtained by the City prior to issuance of work o�•der.
4. <NONE> Any permits required will be abtained by the City prior to issuance of warl� order.
5. <NQNE> Any perm�ts required will be obtained by the City p�•ior to issuance of wark order.
b. <NOIVE> Any �ermits required will �e ok�tained by the City prior to issuance of work order.
SG6.09C. "Outstanding �ermits and licenses"
The %Ilowing is a list of known aufistanding permits andlor licens�s to be acqEiired, if any as of:
N/A — The permits needs wi[l be deterrr�ined at the time of the work order.
OaFstanding Permits apolar Liceases to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
<NONE>
SC-7.02., "Caordination"
TARGET DATE
OF P05SESSION
Tife tndividuals oi• entities listed below have contracts wi#I� the City for the performance af other worlc at
the Site:
Vendor Sca e of Work Cooi•dination Authorit
�City will copk•dinate with cunty�attot� as to the abil�ty af Vendors to pertorm wnrK,
SC-8.Q1, ��Camm�nications to Contractor"
Any communicatior�s to the contracto�• will6e via mail, email, phor�e including text from Gity
personnel,
SC-9.01., `jCity's Prnjec# Manager"
The City's Projeet Manager tor this Cantrack is Michal Wellbavm, or hisllier successor pursuant ta written
nQtiiication from the Director otTranspoetat�an and Pnblic Warks.
SC-13.03C., "Tests and Inspeciians"
The City will provide internal Inspectiun ser�ices and either internal or external Sur�ey services. All
Testing services wili be set up internally thraugh the City and pro�ided to the contractor for usage in
accordance with City Standard requirements for materials and testiug.
SC-Ib.UIC.l, "Methods and Procedures"
�Nane>
END OP SECTION
CiTY OF F�RT WOATH CI'TYWIDE STORM DRAIN [MPRbV�ME1VTS
S'I'ANDARD CONSTiRUCTIC}N SPECIFTCATIdN DOCIJMEI+fTS CITY PL20JBC'i'NO, 1U6092
Revised March 9, 2020
aii�oo-�
sunr[��tRv or wo�
P�ge 1 of 3
SECTION 01 11. OU
SiJMM.ARY 4�' WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes;
1. Suminary of Work to be perforrned in accordance with the Cantraet Documenfs
B. Deviations ft•om ttus City of Fa�`� Worth Standard Specifcatian
1. None.
C. Related Specificat�on Sections include, but a��e nflt necessarily limited to:
1, Division 0- Bidding Requir�ments, Contract Forms, and Conditions of the Contract
2. Di�visior� ] - General Requirements
I.2 PRICE ANIl PAYM�NT PROCEDURES
A. Measurement and Payme�t
1. Worlc associated with this Item is considered subsidiary to th� various items bid.
No separate payment will be allowed for this IEem.
1.3 REF�RENC�S [NOT LTSED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Co�+ered by Contract Documents
1. Wor}c is to include fut•nisl�ing all la6ot•, materials, and equipm�nt, and perfortning
all Work necessary for this const�•uction project as detailed in the Drawings and
Specifi�ations.
B. Subsidiary Work
I, Any and all Work speci�cally governed by documentary requirements f�r the
praject, such as eonditions imposed by the Drawings or Cont�•act Documents in
which no specific item for bid has been provided �or in the P�•oposal and the item is
not a typical unit bid item included on the star�da�'d bid item list, theil the item shall
be conside�•ed as a subsidi.ary [tem of Work, the cost of which shall be iacluded in
the price bid in the Proposal for �uariaus bid iterns.
C. Use of Premises
1. Coordinate uses ofpremises under direEtion of the City.
2. Assume full resp�nsihility for protectian and safekeeping of materials and
equipment sto�•ed on the Site.
Use and occupy only portions of the publlc streets and alleys, or other pub[ic places
or other rights-of-way as provided for in the ordinanees a�the City, as shown in the
Contract Doeuments, or as may be specifica[ly authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment far constt'uctian
pu�'poses may be stored in such space, but no more than is necessary to avaid
delay in the construction operations.
C1TY Or i'ORT WQRTH CITYWIDE STipRM DRAIN IMPiZIiV�M�IVTS
STANDARD CONSTRUCTI.ON SPHC[FICAT[ON DdCLTMEIVTS CITY PROJECT Np. 1D0092
Revised I}ecem�er20, 2012
Q11100-�
SUMMARY OI� WDRK
Page 2 of 3
b. Excavated and waste materials shall be stared in such a way as not to interfere
with the use of spaces that may be designated to be left free and unnbstructed
and so as not to inconvenienc� occupants af adjacent property.
c. If the street is occupied 6y railroad tracks, the Worlc shalj be carried an in such
r�►anner as not to interfere with the operation of the raiiroad.
1) Al� VJork shall be in accordance with railroad requirernents set fot�th in
Division 0 as well as the railroad permit.
D. War�C within Easements
�. Do not enter upon pi�ivate prope��y for any purpose without havirag previously
obtained permission from the ownej• of such property.
2. Do noi store eguipment ar material on private property uniess and until the
specified appro�al of the property owner has been securexi in writing by tne
C�nt�•actor and a capy fiirnis�►ed to the City.
3. Unless speciiicaIjy proviried otherwise, clear al.l rights-of way or easements of
obstructians wl�ich rnust be removed to tnake possible proper prosecution of the
Woi�k as a pat� af the project construction operations.
A. Freserve and use evef'y precaution to prevent damage to, all trees, sluubbery, plants,
lawns, fences, eulverts, curbing, and all ather types of structures or improvements,
to all wate�', sewer, and gas lines, to all co��dttits, o�erhead pole lines, or
app�rtenances khereof, includin� the constt•uctian of temporary fences and to all
other puhlic or private praperty adjacent ta the Wark.
5. Notify the proper representatives of the awners or occupants af the pubIfc or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advanc� of tYze beginning of the
Wark.
b. Nfl#iees shall be applicable to both public and private utiiity earnpanies and any
corporation, cornpany, individuai, or other, either as owners or occupants,
whase land or interest in land might be affee�ed by the Work.
c. Be responsible fo�• all damage or injuiy ta property of any charactei• cesulting
fi�om any act, amission, neglect, or misconduct in the ma.nner or method or
execution of the Work, or at any time du� to defective work, materiai, or
equipment.
6. Fence
a. Resta�•e all fences encountered and t°emoved during construction of the Pt•oject
to tha original or a better than ariginal conditian,
b. Erect t�mporary fencing in place of the fencing removed wkene�er ti�e Work is
not in progress and when the site is vacated overnight, andloi• at all times to
provide site security.
c. The cost for all fence wark within easements, including removal, temporary
closures and replacement, shall be subsidiary to the variQus itetns bid in the
praject proposal, uniess a hid item is specifically �rovided in the proposal.
CITY OF FORT WOI�TH CITYWID� STORM DRAIN IMPROVEMENTS
STAN�ARD CDNSTRUCTION SPECIFICATION DOCUMENTS CITY f'ROJEC'[' �IO. 100092
Revised Decem6er 20, 2012
o>>iaa-3
Sldh�lIviARY OF WVOftK
Page 3 af 3
1.5 SUBMITTALS [NOT US�D]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS jNOT USED]
1.7 CLO�EOUT SUBMITTALS [NOT USED]
1.8 MAINTENANC� MATERIAL Si]BMITTALS [NOT iTSED]
1.9 QiTALITY AS�CJRANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
I.Il FIELD [SITE] C4ND�TIONS [N�T USED]
1..12 WARRANTY [NOT U�ED]
PART 2 - PRODUCTS [NOT US�D]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE I NAME
Revision Log
SUMMARI' OT CHANGE
CITY OF E�ORT WORTH CITYWIDE STORIWI DRAIN IMPROVEMCNTS
ST,+�NDARD CflNSTRUCTION SPECIF1CATlON DOCUMENTS CITY PRQ7ECT Np, Ip0492
Revised Deeerrf�er 20, 2012
012500-1
SUBSTITUTTON PROCEDURES
Yage l of 4
s�cTioN ox 2s oa
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Sectian Includes:
The procedu�•e for requesting the approval of substitution of a product that is not
equivalent to a product vvhich is specified by descripfive or performance criteria or
defined by reference to 1 or mo�•e of the fallowin�:
a. Name �f manufaeturer
b. Name of vendor
c. Trade name
d. Cata[og numbe�•
2. Substitutions are not "or-equals".
B. Deviations from this CitX of For-� Worth 5tandard Specification
1. None.
C. Related Specifcation 5ections include, but are not necessarily limit�d ta:
S. Division 0— Bidding Requirements, Contract Forms ant� Conditions af the Contract
2. Divisian 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and �ayment
1. Work associated with this Item is considet•ed subsidiary to the r+aripus items bid.
No separate payment will be aliowecf far this Itetn.
I.3 RE�'ERENCES LN�T USED]
1.4 ADNIINISTRATTVE REQUIREMENTS
A. Request for Substitution - Generai
1. Vdithin 30 days after award of Cont�act (unless noted olherwise), the City will
eonsider formal t•eguests from Cantractor foi• substitution of products in place of
those specified.
2. Cei�ain types of equipment and kinds of material are described in Specifications by
means of references ta natnes af manufacturers and vendars, tz•ade names, ar
catalog numbers.
a. Whenthis method of specifying is used, it is not inYended to exclude frorn
consideration other products bearin� other manufacturer's or vendar's names,
trade narues, o�• catalog numbers, provided said praducts are "or-equals," as
determined by City.
3. Other types of equipment and kincis of material may be acceptable substitutions
undei the fo.11owing conditians:
a. Or-equals are unavaiiabie due t� strike, discontinued �roduction of producis
me�ting specified requi��ements, ar other factors 6eyond control of Contractor,
or,
CITY OF FORT WC3R'TH CITYW[DE STOAM C)1tAIN IMI'ROVEMENTS
STANDARD COI�TSTRUCTION SP�CIFICATION �OCUMEN�'S GITY PROJ�CT 1V0. 100D92
Rer+ised.Iuly 1, 201 l
ai�soa-z
SUBSTITU'CION PROCEDi1RES
Page 2 of 4
b. Cont�acto�' proposes a cost and/or time reduction ineentive to the City.
1.� �iTBMITTALS
A. See Request for Substitution Form {attached)
B. �'rocedure fo�� Requesting Substitution
1, Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated he�'�in
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete cEata substantiating compliance of proposed substih�tion with
Contract Docum�nts
2) Data relating to changes in constructian schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For produets
1} ProtEuct identificat[on
a} Manufact�u-er's name
b) Telephon� number and rep�•esentative coniact name
c) Specif caiion Sectian or Drawing reference of oi•iginally specified
product, including disc�-ete name or tag numbet� assigned to originaI
product in the Contc•act Documents
2) Manufacttirer's litet•ature clear�y marked to show compliance of proposed
product with Contract Documents
3) Itemized compaeison of ociginal and proposed product addressing product
charac#et�istics ineluding, but not necessarily limitet[ t�:
a} Size
b) Composition pr materials of construction
c) Weight
d) Electt'ical o�• mecl�anica! requirements
4) Product experi�nce
a) Locatio� oipast prajects uti[izing product
b) Name and teleplaane nutnber af parsons associatecE with referenced
projects knowledgeable coneerning propased product
c) Available field data and �•eports associated with propo.sed product
5} Samples
a} P��ovide at request of City.
b) Samples became the pro�erry oftha City.
c. For construction methods:
1) Detailed descriptiqn of propnsed method
2) Illustration drawings
C. Apprbval or Rejection
]. Written a�proval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of speciiied product if neeessary to secure design intent.
3. In the e�ent ihe substitution is appi•oved, the resulting cost and/or time reduction
will be documented by Change Qi•der in aceordance with the Genera] Conditions.
C1TY pF FQItT WORTH CITYW[DE STORNI DRAIN 1MPROVEMENTS
STANDARD CONSTRUCTION SE'EC[FTCATiON DOCUMENTS CTTY PR07ECT PlO. 100092
Re�isedduly 1,2011
R125ti0-3
SLBSTTi'[7T'IDN PROCEIIURES
Page 3 of 4
4. No additianal cont�'act time will be given for substitution.
S. Substitution will he rejeeted if:
a, Submittal is not tiv�ough the Gontractor with his stamp of ap�rova!
b. Request is not made in accordance with this Specif�cation Section
c. In the City's opinian, acceptance will require substantial revisi�n of the original
design
d. In the City's opinian, substitutior� will not perform adequately the function
consistent with tk�e design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U�ED]
L7 CLUSEOUT SiTBMITTALS [NOT USED]
1.8 MA.�NT�NANCE MATER.TAL SiJBMITTALS [N�T USED]
1.9 QUALITY ASSiTRANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Cantractor:
1. Has invesii.gated proposed product, and has determined that it is adequate or
superior in all respects to that speci�ed, and that it will perfor�n function for which
it is inter�ded
2. Will p�'ovide same gUarantee far suhstitute item as for product specified
3. Will coardinate installation oft accepted substitution info Work, to include building
�nodifications if necessary, rnaking such changes as may b� required far Work to be
complete in a11 r�spects
4. Waives ali claims for additional costs related to substitution which subsequently
arise
LI{� DELIVERY, STORAGE, AND HANDLING jNOT USED]
1.11 FIELD [SITEj CONDITIONS �N�T U�ED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTXON
Re�ision Log
DATE NAME SUMMAItY QF CHANGE
CITY OP CORT WORTH CITYWIDE STORI�i DRAIN IMPROVEMENTS
STA]+fDA12D CO1�S7'RUCTl03Y 5PECTFICATION DOClJME1VT5 CiTY PROJ�CT IVO. 10.D092
Revised 7uly l, 20 i 1
O12500-4
$UBSTITUTI�N PROC��URES
Page 4 nf �}
EXHIBTT A
REQiJEST FOR SUBSTITiTTION FORM:
TO:
PRO.IECT: DATE:
Wa hereby submit fo�• your consideratian the follawing pro.duct instead of the specified item far
the above project:
SECTION PARAGRAPII SPECI�IED ITEM
Proposed Substitution;
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
su6stitution will require far its proper ins�allation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the builcEing design, including engineering
and deta�ling costs caused by the request�d substitution?
B. Wha# effect daes substitution ha�e on other- trades?
C. Differences between proposed substitutinn and specified �tem?
D. Differences in pxt�duct cost or praduct delivery time?
E. Manufacturer's guarantees ofthe proposed and specified ifems are;
Equal getter (explain on attachment)
The undersigned states that the function, appearaiice and quality are aquivalent or superior fn the
specified item.
Su6mitted By; Far Use by City
Signatu�'e
as nated
Firm
Address
Date
Telephone
FOY US� �]}✓ CI�:
Approved
City
� Recommended
_ Nat recommended
By
Date
Remarks
Date
Rej ected
� Recommended
_Received late
CITY OF PQRT WOR1`H CITYWT�� STORM DRAIN IMPRO�EI4iCNTS
STANDARD CpN5TRLICTIQN SY�,CIPICATION DOCUMENTS CITY PROJECT Np, 1OD092
Revised .Tuly 1, 20l 1
ai 3� i�- i
PRECONSTRUCTION MEETIlVG
Page I of 3
SECTION 01311�
PRECONSTRUC`3'ION MEETING
�'Al2T 1 - GENER.AL
1.I SUMMARY
A. 5ee#ion �ncludes:
l. Provisions fflr th�e preeonstr�ction meet�ng to be held prior to the stat�t of Work Co
clarify consti�uction coniract administratinn procedures
B. Deviations from tlus City Qf Fai�t Worth Standard Specifica�iQn
1. Nane.
C. Relat�d Specification 5ections include, but are not necessarily fiinit�d to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division l— General Requirements
l,2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Paymenfi
1. Work associated with this Item is conside�'ed subsidiary to the various items bid.
No sepat•ate payment will be allowed fo�� this Item.
L3 REFERENCES [NOT USED]
1.4 ADMINXSTRATIVE REQUYR�MENTS
A. Coordination
l. Attend preeons�z'uction meeiing.
2. Representatives of Cantraetor, subcontt•actaj•s antf suppliers attending rneetings
shall be qualif ed and authorized to act on behalf of the entity each represents.
3, Meeting administeced by City may be tape recorded.
a. If recarded, tapes will be used to prepare minutes and i•etained by City for
future reference.
B, Precanstr�tction Meeting
1. A preconstruetion m�eting will be held within 14 days after the execution of the
Agreeznent and befo��e Work is statted.
a. The meeting will be scheciuleci and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and disiribute copies of same to all patticipants who sa request by fn.11y
completing the attendance form to be circulated at the beginning of the meeting.
Atkendance shall include:
a. P�•oject Representative
b. Contractor's �roject manager
c. Contractor's superintendent
d. Any subcontractoz� or supplier representaEives whorn the Conh•actor may desix'e
to invite ax• the City uiay request
Ci'I'Y OF FORi' WORTH CITYVEIIDE STOF2M DRAIN TMPROVEMEiVTS
STANDARD CONSTRUCTION SPECIFICATIaN DOC[JMfiI�fTS CITY PRp7ECT NO. 100092
Ravised August l7, 2012
O] 31 19-2
PRECONS'I'RUCTIOI�! MECTING
Page 2 nf 3
e. Oth�r City representati�es
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construcfion schedule in accordance vaitli Section 01 32 I6 and
pro�ide at Yreconstruction Meeting.
b. City will notify Contractor of any schedule changes upan Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. [ntroduction af Praject �'ersoi3nel
h. General Description of Prqject
c. Status of right of-way, utility clearances, easemants oi- other pertinent permits
d. Contractar's work plan and schedule
e, Contract Time
f. Notice ta Proceed
g. Construetton Staking
h. Pro�ress Payrrjents
i. Ext��a Wot•Ic and Chan.ge Order Pt•ocedures
j. Field Orders
lc. Disposal Site Letter for Waste Material
1. Insu�•ance Renewals
m. Payroll Certification
n. Mater[al Ce�•tifications and Qualltiy Control Testing
o. Public Safety and Convenience
p. Dncurnentation of Pre-Const�•uction Conditians
q. Weekend Work Noti�cation
r. Legal Halidays
s. Trench Safety Plans
t. Confined Space EntEy Standards
u. Coordinatian with the City's representative %r operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coo�'dination with ott�er Contractors
x. Early Wat•ning System
y, Contractar Evaluation
z. 5pecial Conditions applicable to the project
aa. Damages Claims
6b. Submitital Procedures
cc. Substitution Procedures
�id. Ca.rrespondence Routing
ee. Reco�`d Drawings
ff. Tempox'a�y constructian faci�ities
gg. 1VI/WBE or MBEISBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions ar Comments
C[TY OF FORT WOIZTI�I CITYWIBE STDI�I�f DRAIN TMPROVEM�.T1T5
STANDARD CONSTRUGTION SPEC[FICATION DpCUIvIENTS CITY PR01�CT Nd. lflOD92
Revised August l7, 2012
O1 3l 19-3
Pi2ECO7VSTRUCTION iviEETING
Page 3 of 3
1.5 SUBMXTTALS [NOT USED]
1.6 ACTTON SUEMITTALS/INF4RMATIONAL SUBMITTALS [NOT USED]
I.7 CLOSE�UT SUBMITTALS [NOT iT�ED]
1.8 MAINTENANCE MAT�RXAL SiTBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [N4T USED]
I.IU DELIVERY, STORAG�, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USEDj
1.12 WARRANTY [NOT IISED]
r�T � - �uonucTs �oT os�n�
PART 3 - EXECUT�ON [NOT USED]
END OF SECTION
CiTY OF FnRT W012TH CITYWIDE S'I'ORM DRAIN IMPROVEMENTS
STANDAItD CO1+�ST'RUCTIOI�f SFECIFICATION l70CUMENTS C[TY PIia7ECT NO. 100092
Revised August l7, 2012
O13220-1
P1�OJCCT MEETINGS
Pad� 1 of 3
SECTTON 013I 20
PROJECT MEETINGS
PART1- GENERAL
1,1 Si7MMARY
A. Sectian Includes:
1. Provisions far project meet�ngs throughout the const��uction period to enable orderly
t•�view of the progress of the Wnrk anc! io pravide for systeinatic discussion af
potenfial probletns
B. Deviatians this City of Fort Wo�•th S.tanctard Specifieation
l. None.
C. Related 5peciiEcation Sectians include, but are not necessarily limited to:
I. Div�sian 0--- Bidding Requ[rements, Cont�•act Forms and C.onditions of the Cont�•act
2. Division 1-- General Requirements
1.2 PRICE AND PAYIVI�N�' PROCEDiIRES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
Na separate payment will be allpwed for this Itern.
1.3 REFERENCES [NOT iTSED�
1.4 ADM7NI,5TRATIVE R�QC7IREMENTS
A. Cooi•dination
1, Schedule, attend and administer as sp�;ciiied, periodie progress meetings, and
specially called nteetings through4ut progress of the Wo�•k.
2. Representatives of Contz�actor, subcantractors and supplieis attending meetings
shall be c�uali#ied and authorized to act on behal� flf the enfitiy each represents.
3. Meetings administered by City may be tape recarded.
a. If recorded, tapes will be used to prepare minutes ar�d retained by City fot�
future referettce.
4. Meetings, in addition to those specified in this �ection, may be held when reques#ed
by the City, Engin�er or Contca�tor.
B. Pre-Construction Neighbot'haod Meeting
I. After the execution of the Agreement, but befare construction is allowed to begin,
attend I I'ublic Meeting with affeeted r�sidents to:
a. Present projected schedule, ineluding construetion start date
b. Answer any eonstructian relaied questions
2. Meeting Locatian
a. Location of ineeting to be detet•mined by the City.
3. AttencEees
C1TY O�' PdRT WpRTii CITYW[DE STQRM DRAl1V IMPROVEM�NT3
STANDARD CONSTRUCTION SPECIPICATION DOCilMENTS CTTY PR07ECT NQ. I00042
Re�ised luly l, 201 l
o� ai ao-a
PRQ.TECT [v1EETINGS
Page 2 of 3
a. Contracto�'
b. Projeci Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
1:he pre-construction co.nference.
b. In no case will construction be allort�ed ta begin untij this meeting is held.
C. Progress Meetings
2.
4.
5.
L Formal project coordinaiior� meetings will be held periodically. Meetings will be
scheduled and administered by P�•oject Representative.
Additior�al progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limit�d ta:
a. Ga4rdinaiing shutdowns
b. Installation of piping and equipment
c. Caocdination between other c�nstruction projects
d. Resolution of cons�t�ction issues
e. �quipment approval
The Project Representative will preside at progress nneetings, prepare the notes of
the nneeting and distribute copies of the same to all participants whn sa cequest by
fully cotnpleting the attendance form to be cit-culated at the beginning of each
meeting.
Attendance shalj include:
a, Contractor's project manager
b. Contractar"s superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to in�vite or the City :tnay request
d. Er�gineer's representati�es
e. City's reprasenfatives
f. Others, as requested by the Praject Representative
Preliminary Agenda may include:
a. Review of Work pragress since pt'evious meeting
b. Field observations, prablems, conflicts
c. Ctems which impede cansiruction schedu�e
d. Review of off=site fabrication, delive�y schedules
e. Review of cat�struction interfacing and sequencitig requirements with other
construction cantracts
f Corrective measures and pracedures to regain projected scheciule
g. Revisinns to canstruction schedule
1�. Progress, sehedule, during succeeding Worlc period
i. Coordinafion of schedules '
j. Review submitta! schedules
l�. Maintenance Qf quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
�) Effect on construction schedule an.d an completion date
2) Effect on other contracts of the 1'i•oject
n. Review Record Documents
o. Review montialy pay request
CI'I"Y OF PORT WORTH CITYWIBE STOk2M DRAIN IMPROVGMENTS
STANDARD C�NSTRiICT10N SPECIFICATION DOCUM&NTS CITY PR07ECT 1V0. 1�0092
Ravised .Tuly l, 2011
413120-3
PR07�CT MEETfNG5
Page 3 of 3
p. Review status of Requests for �n%rmation
6. Meeting Sched�le
a. Prog�-ess ineetings wi11 be he�d �pec•iodica]]y as det�rmined by the Pr�ject
Representati�e.
1) Additional meetings may be held at the request of the:
a) C�ty
b) Engineer
c) Cpn�•actar
7. Meeting Locatian
a. The City will establish a meeting ]ocatron.
1) To the extent pt-acticable, meetings wil] be held at lhe 5ite.
1.5 SiTBMITTALS [NOT USED]
l,G ACTION �UBMITTALS/LNFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT �UBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASS�.IRANCE [NOT USED]
I.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D]
1.11 FIELD [S�TE] CONDITIONS jNOT uSED]
1.�� WARRANTY [NOT USED]
PART � - PRODUCTS [NDT USED]
PART 3 - EXECUT'TON [NOT IISED]
END OF SEC'�ION
CT]'Y OF FORT WORTH CITYWTDE 5T012M DRA]iV Il�iPROVGMCNTS
STANDARD CONSTRUCTION SPECIF[CATION I]OCUMENTS CITY PRO]CCT IVO. 100092
Revised duly 1, 26l 1
01321b-1
CONSTRUCTION PROGR�SS SCHEDULE
Page l of 10
�ra
3 PART1- GENERAL
SECTION 01 32 16
CONSTRUCTION SCHEDLIL;E
4 l.l. SiJNIMAitY
S A. Section Includes:
6 1. General requ�•ements for the prepa�•ation, subrrtittal, updatiing, status reporting and
7 management of the Construction Progress Schedule
8 2. Speciftc requirements are presenCed in th� City of Fort Worth Schedule Guidance
9 D�cument
10 B. Deviations fi•am this City of Fort Worth Standard Speciffcation
li i. None.
12 C. ReIated Specif'ication Sectians include, but are not necessarily limited ta:
13 1. Divis ion 0— Bidding Requirements, Cantract Farms at�d Canditions of fi.he Contract
i4 2. Divisian I— General Requi�em�nts
l5
i$
17
18
I9
20
21
22
23
2A
25
2b
27
28
29
30
D. Purpose
The Cjty of Fort Worti� (City) zs coinmitted to delivering quafity, cost-effective
infrastructui•e to its citizens iri atimely manner. Akey tool to achieve this purpose is a
properly st�•uctured scheduie with accurate updates. This supports effecti�e monitorin�
of pragress and is inpL�to critical decision making by the project managea• throughout
the �ife of the project. Data fi•om the updated project schedule is utilized in status
reporting to various ievels ofthe City organization and the citizenry.
This Dacument complements ihe City's Standard Agreement to guide the canstruction
eontractor (Con�actar) in preparing and submitting acceptable schedules far use by the
City in project delivery. The expectatian is the performance of'the work follows the
accepted schedule and adhere to the contt•actual time]ine.
The Cont�•actor will designate a qualif'i�d t•epr•esentative (Project Schedulei ) responsible
for developing and updatin� the schedule and pa•eparing status reporting as requi�ed by
the City.
31 1.2 PRTCE AND PAYME��IT PROCID[JRES
32 A. Measurement a.nd 1'ayrrzent
33 1. Wor� associa.ted with this Item is considered subsidiary ta the various items bid.
34 No separate payment will be allowed fbr this Item.
35 2. Non-compliance with this specification is grounds for City to wifi.�hold pay.ment of
36 the Contt•actor's in�oices unt�l Contractor achieves said eomplianee.
37 1.3 RFFERINCFS
38 A. Project Schedules
CIT'Y OF FORT WQRTH CITYWIDE STDRM DRAIN I1vTPROVEIvIENTS
STANDARB C�NSTRUCI'ION SP�CIFIC.�ITION DOCUNiElVTS CITY PRO.TEC'i' 1V0. 100U92
Revise�l August 13, 2021
0[ 3216-2
CON3TI2iICTIONPROCrRE55 SCI-I�DULE
Page 2 of l p
I Fach project is representecE by City's master project schedttle that encompasses the
2 enti�'e scope af acti�ities envisioned by the City to properly deliver the worlc. When the
3 City contracts with a Contractarto perform construction of the �Vor1c, the Contractor
4 will develop and maintain a schedule for their scope of work in atignrt�ent w ith the
5 City's standard schedule requirements as defined he�•ein, The data and it�formatian of
6 each such sch�ciule will be levea•aged and 6ecome infegra! in the master project
7 sche.dule as deemed appropriate by the City's Project Control Special�st and approved
8 hy the City's Project Manager,
9
10
�1
12
13
14
15
1b
17
IS
19
zo
21
22
23
2�
25
26
27
28
29
30
31
32
33
34
35
1. Mastec� Prajeet Schedule
The master project schedule is a holistic repr�sentation of the sc.heduled acti�rities
and milestones for the total project and be Critica] Path Method (CPIvI} based. The
Ciiy's Project Manager is accaunta6le foz• ov�rsight of the deveiopmetit and
maintaining a rr►aster project schedule for each project. Whenthe City contz•act� %r
the design and/or eonstruction of the �t•aject, the master project schedule wi[i
ulcorporate elem;ents of the Design and Construction schedules as deemed
apprapriate by the City's Praject Contral SpeciaGst. The assigned City Praject
Control Speeialist creates and maintains the master pz•aject schedule in P6 (City's
scheduling saftware).
2. Constructian Schedule
The Contractot• is responsible for developir�g and maintaining a sclaedule fc��• the
scope of the Contractor's contzactual eequirements. The Contractor will issue an
initial schedule �or review and acceptance by the City's Project ConY�•ol Specialist
and the Ci�y's I'roject Mana.ger as a basefine schedule for Contractar's scope of
work. Contractor wiI! issue curr�nt, accurate updates oftheir schedule (Progress
�chedule) to the City at the end af each mont}� thrnughout the li�e of theu• w ork.
B. Schedu[e Tiers
The Gity has a portfolio of projects that vary widely in s ize, compl�xity and cantent
requiri�g di�ferent schedulin.g to et'%ctively c[eliver �ach project. The CiCy uses a
"tiered" approach to align the proper sehedule w ith the criteria for �ach projeet. The
City's Project Manager delermines the appropa•iate schedu[e tier for eaeh project, ar�ri
inclucles that designation and the assocfated requirements in the Contractor's scope of
work. The fallowing is a summat�y of the "tiers".
36 1. Tier 1: Srrtall Size and Short Duration Projeet (destgn noti required)
37 Th� City de�elops and maintains a Mastet• Project Schedule %r the project. No
38 schedule submittai is required fram Contracior. City's Project Control Special�st
39 acqu'v�es any necessa�y schedule statas data or information ihrough discussions with
40 the respecti�e �at•ty on an as-needed basis.
41
42
43
44
45
46
47
48
49
Tier 2: Small Size and Short to Medium Duration Peoject
The City develaps and maintains a Master PrQject Schedule far the project. The
Contractar id�ntifes "sta��t" and "finish" milestone daCes on lcey eiements of their
work as agreed with the Ciry's Prflject Manager at th�: kickaff of their work effort.
The Contraetor issues to the City, updates to the "starC" and "ilnish" dates for such
milestones at the end of each manth thraughout the life of their worlc on the project.
3. Tief• 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY QF FORT WORTH CTTYWIDE STORM ]7RAII�I IMPRpVEMENT'S
STAI�FDAR� CONSTRUCTION SPECIfIeATION n�CUNISNTS CLTY PR0IECTNO. 104092
Revised August l3, 2021
dl 3216-3
CONSTRUCTION PRdGRESS SCHF,fliJL�
Page 3 of 10
� The City cfevelops and tnaintaitis a Master Project Schedule for tlZe pro�ect. T�e
2 Cantractor develflps a Baseline Scheduie and maintains the sehedule of their
3 respective scope of work an the ptroject at a 1eve1 of detail {generally Level 3) and in
� alignment with the WBS structure in Section 1.�.Has agreed by the Project
5 Manager, The Cont��actor issues to the City, updates of thei�• respective schedule
6 (PrQgress Schedule} at the end of each month thraughout the life of their v,+orrlc on the
� project.
8 C. Schedule Types
g Project delivery for the City utilizes two types of'schedules as note� below. The City
10 develops and maintains a Master Pro�ect Schedule as a"baseline" schedule and issue
11 month[y updates to the City Project Manager (end af eac11 month} as a"progress"
12 schedule. The Cantractor prepares and submits each schedule type to fuliill their
13 eontractual requuements.
14
lS
16
17
r8
19
20
2I
22
23
24
25
26
27
1. Baseline Schedule
The Contractor develops and submits to the City, an initiai schedule for iheir scape
of work in alignment with this specif'icatian. Once re�ieuved ar�d accepted by the
City, it becomes the "Baseline" schedule and is the basis against which all progrt•ess
is trzeasured. The baseline schedule will be updated when there is a change or
adciition to the scope of worEt impacting the dui•ation of the worfc, and anly after
receipt of a duly authorized change order issued hy the City. ln the event progress i�
signif'ieantly behind schedule, the City's Pcoj�et Manager may authorize an update
to the basel�ne scheduje to facilitate a more pt-actical evaluation of progress. An
example of a Baseline Schedule is provided in Specif'ication O1 32 16.1
Construction Pz•oject Sched�le Baseline Exampie.
2. Pragress Sehedule
28 The Contractor updates their schedule at the end of each manth to rep�•esent the
2g progress achie�ved in the work which includes any impact from authorized chang�s
30 in the work. The upd�ted schedule must aecu�ately refleci the curt�nt status of the
3� work at that point in time and ts re�erred to as the "Progress Sch�dule". The City's
3� Project Manager and Project Control Specialist reviews and accepts each pragress
33 schedule. In the event a progress schedule is deemed not acceptable, the
3�t unaecepiable issues ar� identif'ied by the City witivn S working days and the
35 Contractor enust �arovide an accepfiable progress schedule within 5 worlcing days
3b aftez• receipt of nan acceptance notification. An example of a Frogress Schedule is
37 provided in Specification 41 32 16.2 Construction Project Schedule Prflgr�ss
3g Exarnple.
39 D, City Standard Schedule requuements
4p The following is ari overview ofthe methadology �or developing and maintaining a
4� schedule for delive��y of a project.
CITY OF FORT WQRTH CI'I'YW[DE STORM DItAIN IIVIPROV�MENTS
STANDA[tD COiJSTAUGTION SPEC�'ICATION I]OCUM�NTS CITY PR07ECT NO. 100092
Revised Augctst 13, 2021
Ol 32I6-4
CQiVSTRiTCTTONPROGRE55 SCHEDUL.E
Paoe 4 of 10
1
2
3
4
9
1p
I1
12
13
14
15
16
17
18
19
20
21
22
23
2�4
25
26
27
28
1. Sc[�edule Frameworlc - The schedule will be based on the defined scape of work
a.nd follow the (Critical Pa� Methodology) Cl'M methad. The Cont�•actar's
schedule will a[ign with the requ�remen.ts o�Fth'rs specification and will be cost
lorr[1er1 to t•ef�ect then• plan for execution. Compliance with cost loading can lae
provided with traditional cost loading of line items O� a prajected cost per
month for the project when the initial schedule is sabmitted, updated on a
qnarterly basis is signi�icanE change is antic�pated. �verall schedule duratinn
will align w�ih the cantractua� requi�•ements far the respective scope of warkand be
reflected iti City's Master Project Schedule. The Projecl: Number a�d Name of ihe
Project is �•equired an each schedule and must match the City's �rojec� data.
�:. Schec[ule File Name
A[1 schedules submitted to the City for a project will have a file narne tl�at begins with
the City's project numherfollowed by the natne af tlteprnject followed by baseline (if
a baseline schedule) or the year r�nrl month (if a progress schedule}, as shawn below.
Base]ine Schedule FiRe Name
For�nat: City ProjectNunlb�r ProjectNarne Baseline
Eacample: ] 01375_Nort11 Montgome�•y Street IIMAC Baseline
• Pragress ScheduIe F�lel�Iame
FormaC: City Project Numbe�• Project Name YYYY-MM
Example: 101376 North Montgome�•y Stt•eet IIMAC 20l S O 1
� Prnject Schedule Progress Narrati�e File Name
Format: City Pcaject Number Projeet Name PN 'YYYY-MM
Exaenple: lO l 376 North Morngamery Street I3MAC PN 201 S O1
29 F. Schedule Templates
30 The Contraetor will utilize the reiev�nt sections frotn the City's templates provicled in
31 the City's document manageinent system as the basis fot•creat�g kheir i•espective
32 �roject scheclule. S.pecifically, the Cantractor's schedule will align with the layout of
33 the Canstruction section. The templates are identified by type oFpt•oject as noted
34 below,
35 � Arterials
36 o Avia�ian
37 o Neighborh�ood Streets
38 � SideuaaIks {later)
39 � Quiet Zones (later)
44 • Street Lights (later)
4I e Inte�•section Improvement� {later)
�2 0 Parks
43
�
45
46
47
48
� Storm w ater
� Street Maintenance
o Traffic
o Water
G. 5chedule Ca�endar
CITY OF FqRT WORTH CfTY'WIbE STORIvI DttAIN IMPROVEMENTS
STANDARD CpNSTRUCTION SPECIFICATIDH DDCiJMLNTS CITY PRQ7ECT NO. 100092
Ravised August l3, 2021
O132f6-5
CONSTRUCT�aN PROGRESS SCi-IHDUL�
Page 5 of l0
2
3
5
6
The City's stancia�•d calendar for schedule develnpment purposes is based on a 5-day
wnrkweek and accaunts for the Gity's eight standard Ha�idays (New Y�ars, Martin
Luther King,. Memocial, Independence, Labor, Thanlcsgiving, day after Thani�sgi�in�,
Christrnas). The Cantractor wili establish a schedule eaiendar as part af the schedule
davelopmer�t process and provide to the Project Control Specialist as pa�'t of ik►e basis
for theu schedule. Variaiions between the City's calendar and the Contractor's
calendar must be resol�ed prior to tne City's acceptance of'thev Baseline project
schedule.
l0 H. WBS & Milestone Standarcis for Schedule Development
11 The scope of �ork to be accomplished by the Contractor is representsd in the sc�edule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities anci shall be irnbedded and depicted iti t�e
14 schedule.
15
i6
l7
1.8
19
20
21
22
23
24
2S
26
27
28
29
30
The following is a summaty of the standards to be fbllowed in preparing and
maintaining a schedule for project delivery.
1. Contractor is required to uti�ze the Ciry's WBS structure and res�ectit�e
project type template for "Construction" as shown in Section 1.4.H below.
Additional. activities may be added to Leve�s 1- 4 ta accommodate the needs
of the or�anization executing the woric. Speci�ically the Contractor will add
acti�ities under WB5 XXXX��•8�•83 "ConstructionExecuti�n"that
delineates the aetivities associated v,�i� the various components ofthe wark.
2, Contractor is required to adhere to the City's Standard Milestones as shown
in Section 1.4.1 below. Cantractorwillincludeadditional milestones
�•epresenting intermediate deliverables as r�quired to accurately reflect t�eir
scope of wark.
31 I. Schedule Acti�ities
32 ,Activities are the discrete elements of work tllat malce up the schedule. They will be
33 ocgan�zed under the urnbre�la of the WBS. Activity descriptians s hauld adequately
34 describe the activity, and in some cases tl�e extent of the acti�ity. A11 activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
3� "praject start" and "project fmish" mifastones.
37
3g The aeiivity duration is based on the physical amount af work to be �erformed forthe
39 stated activity, with a rnaximum duration of 2Q worlcing days OR a contir�uous activiry
40 rn one location. Iithe work frn• any ane activiry exceeds 20 days, breale that activiry
41 down incrementally to achieve this duration c�ns#raint. Any exceptionto this requires
42 review and acceptance by the City's Project Contr�al Specialist.
43
44 J. Change Ord�rs
45 VtiThen a Change Order is issued by the City, the impact is incorporated into the
46 previously aecepted base�ine schedule as an update, to clearly show impact ta the
4� project tirneline. The Cantractoi° subnnits th�s updated baseliz�e schedule ta the City fot�
GITY OF FORT WORTH CTTYWI�E STOlt11h DRAIN TMPROVEMEh!'�S
3TANDARD CONSTRUCI'TdN SPECIFICA`1'ION DOCLTMCNTS CTi'Y ARaJECT NO. 100092
Revised August 13, 2021
O1 3216-6
CONSTRUCTCON PAOGI2ESS SCHCDLIL�
Yage 5 of I 0
1
2
3
4
S
b
7
S
9
10
ii
12
13
14
15
16
17
�8
19
20
21
22
23
24
25
26'
27
28
29
�a
3I
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
4G
47
review and acceptance as described in Sectian 1.5 below. Updated baseline schedules
adhere to the follawing:
1. Time �xtensions associatecf with approved contract modifcations are limited ta the
actua! amount of �ime the project activities are anticipated to be delayed, unless
afhe�•wise approved by the Program Manage:r.
2. T11� re�baselin�d schedule is submitted by the Contractor within ten workrlr�ys after
the date qf receipt of the approved Change Ordet•.
3. �'he changes in logic a�• duratians approved by the City a.re used ta analyze the impact
of the change and is included in the Change prder. The coding for a new activity{s)
added ta the achedule %r the Change Order includes the Change Order nurnber in the
Activity ID. Use as many activities as ne�ded to accurately show the work ofthe
Change O�•der. Revisions ta the baselirie schedvle are not effective until accepted by
the City.
K City's Work Breakdown Structure
WBS Coc�e WBS Naine
XXXXXI� Project Name
XX�'X.30 Design
XXXXXX.30.1� Design Contractor Agreement
XXXXXX, 30.20 ConceptuaI Des ign (30%}
XX��XXX.30.30 Prelin;�inaty Design {60%)
XXXX�CX.30.40 Final Design
XXXXXX.30.50 Enviranmental
XXXX��.30.60 Permiis
XXX�XX.30.6�.1Q Pea•mits - Identification
X��XXXX.�Q,60.20 Permits - Review/Apprave
�:XXXXX.40 ROW & Easements
��XXX��X.40.10 ROW Negotiations
A'�XXX.40.2f� Condemnation
�:�XXXX•70 LTtili�yRelocation
XXXXXX,70, ip Uti[iry Relocation Co-o�•dinaCion
7�:XXXXX.80 Canstruciinn
XXXXXX.80.8 i Bid and Awac-d
X�XXXX. $0. $3 Construction Execu,tian
�X, 80. 85 Inspection
XXXXXX.80.8E Landscaping
7�:XX�XX.�O Closeout
XXXXXX.90.10 Construction Contract C�ose-out
X��XX3�X.90.44 Design Contract Closure
L, City's Standard Milestones
The following milestone activities (i.e., important events an a project tfxat tnark critical
points in time} are o�'particular intecest to the City and must be refleeted in the project
sched�Ie for all phases of wark.
CTIY QF FORT WORTH
STAND�RD CpNST'RUCTION SPECI['[CATION DOCLIM�NTS
Revised August13,2021
CITYWIDE STORM DRAIN I�II'ROVFMENTS
C�TY PR07ECT IVO. 1dOQ92
O1 321G-7
CONSTRUCTIONPROGRESS SCHEDLTLE
Page 7 of 10
1
2
3
4
5
6
7
S
9
10
il
12
13
14
i5
16
17
18
13
20
21
22
23
2�F
25
2fi
27
28
29
30
31
32
33
34
35
3G
37
38
39 1.4
40
41
42
43
94
�}5.
46
Activity ID Activiiy Name
Design
3020 Award Design Agreement
3040 Issue Notice to Proceed - Design Engineer
310� DesignI�ick-offMeeting
3120 Submit Conceptual Plaz�s to Utiiities, ROW, Traffic, Parks, Starm Water,
Water & Sewer
3150 Peer Review Meeting/Design Review meeting (technical)
3160 Conduct Design Publie Meetirag #1(requu-ed)
3170 Coneeptual Design Complete
3220 Submit PreWninary PEans and Spacifications to Utilities, ROW, Traffic,
Parlcs, Storm Waier, Water & Sewer
3250 Conduct Design Public Meeting #�2 (required)
3.2,6D Preiiminary Design Complete
3310 5ubtr�it Final Design to �Ttilities, ROW, Traffc, l'arks, Storm Water,
Water & Sewer
3330 Conduct Design Public Meeting �'3 (if requu�eci)
3360 Final Design Co�.plete
ROW & Easements
4000 Right of Way Start
4230 Right of Way Comp�ete
Utility Relocation
70OQ Utilities Start
7120 Utilities Clea�•ed/Complete
Construction
Bid and Award
81 l0 Start Advertisement
815fl Conduct Bid Openuag
8240 Award Construction Contract
Canstructian Execution
8330 Conduct Cnnsti•uction Public Meeting #4 T're-Cons#ruction
$35p Construction Start
8370 Substantia! Completion
854p Construction Completian
9130 Natice of CompletionlGreen Sheet
915Q Construction Contract Closed
9420 DesignContractClosed _
SI7SMITTALS
A. Schedule Submittal & Review
The City's Project Manager is �•esponsible for reviews and acceptance of the Contractnr's
schedule. The City's Project Control S.pecial�st is respansible fo�• ensuring aGgn�ent af
the Contxactor's baseiine and progress schedules with the Master Prnject Schedule as
support to �he City's Project 1Vlanager. The City re�iews and accepts orrejects the
schedule within ten workdays of Cont�•actaz•'s submittal.
CITY OF FdTtT WORTEI
STANDAI2D CONSTRUCTION SPECIE'ICATION DQCUMEPfTS
Reaised August 13, 2021
CITYWIDE STORM DRAIN 1MPRQVEMEN7'S
CITY PROJECT NO. IOOfl92
01 32 16 - S
CONSTl2UCTIQN PROGRESS SCHEDUL�
Page 8 of l0
1 1. Schedule Format
2 The Cantractor will submit each schedule in two electronic forms, one in native %le
3 format {.xer, .xml, .m�x) �nd the second in alxlf format, in the City's document
4 management system in the location dedicated for this purpose arid identified by tl°►e
5 Peoject Manager, Tn th� e�ent the Contractor does not use Frimavef•a P6 or MS
6 Project for schedulitig pu��poses, th� schedule infarmation must be submitted in.xls or
7 .xlsx format in compliance with the sample Iayout (See Specif`ication 013216.1
8 Construction Project 5chedule &�seline Exauiple), including acti�vity pre.ciecessars,
� successors and total float.
10
11 2. Initial & Baseiine Scheduie
12 The Cont��aetar will de�elop their schedule for theu• scape of work and subinit their
13 initial schedule in electronic form (in the%ie formats noted above), in the City's
14 document management system in the locatian dedicated fo�• this put�pose nt 1ea�t 5
I5 working tlays prior to Pre Construction Meeting.
16
r�
18
19
20
21
22
23
24
25
2b
27
28
29
30
31
32
33
34
35
36
37
The Cify's Pj�aject Manag�r and Project Control Specialist re�iew this it�itial schedule
to determine al�gnmettt with the City's Master Project Schedu[e, including format &
WBS sf�-uctuee. Fallawing.the City's revi�w, feedback is pravided tca the Conteactor
for� tlleir use in finalizing their initial schedu[e and issuing {wttl�fn five workrCays) theu
Baseline Schedule fo�� �na] re�iew and aoceptance 6y the C.ity.
3. Progress 5chedule
The Gontraetor will update and issue theu- project schedule (Progress Schedu�e) by tlae
last �day of eraeh month throughout the life of tl�eir worlc on the �arojec�. The Pragress
Schedule is submitted in electronic form as noted above, in the City's doct,unent
management system in the location dedicated far this pui•pose,
The City's Praject Control tea�n reviews eacla Progress Schedule for data and
information that support the assessment of the upda�e to the schedule. In the event
data or information is missing r�r incomplete, the Project Contrnls Specia.list
communicates direcily with the Contractor's scheduler for providing sarne. The
Contraetor re-subrnits the e.o�•��ected PE•ogress Schedu[e witltirt 5 warkdays, following
the submittal process noted abo�e. The City's ProjectlVlanager and Aroject Contro!
Specialist revi�w the Cantractor's progress schedule for acceptance and ta monitor
performance and progress.
38 The follawir�g list of items are required to ensure proper statl.ls information is
39 contained in the Progress Schedule.
40 � Baseline 5tart date
4I � Baseline Finish Date
42
43
44
45
46
47
48
49
• % COtriplete
• Float
o Activity Logic {dependencies)
� Critica[ Path
� Activities added or delet�d
� E7cpected Baseline Finish date
o Vaxiance to the Baseline Fuvsh Date
C1TY OP FOR7' V�ORTH CITY[�VIDE 3TQRM TJRAIN IM['ROVEF�IENTS
STANDATZD CON$TRUC'£I03�I SPGCIFICATION DOCUI41EdVTS CI'I`Y PROlEC1' NO. 1Db092
12evised August 13, 2021
oi 3z i6-9
CONSTTtUCTI01�! PROGRES5 SCT�IEIIL[LE
Page 9 of 10
1
2
3
4
5
6
7
8
9
10
!1
12
13
14
15
B. Monthly Constructior► Status Report
The Cantractot• subm i�s a written status repart {t�eferred to as a progress narrative) at the
manthly progress meeting (if manthly meeiings are he�d) or at the end of each month to
accompany the I'rogress Schedule submittal, usin� the standard forr�at provided in
Speci�catian O 1 32 1 b.3 Construction �z•oject Schedule P�•ogress Narrative. The content
of th� Construction 1'roject �chedule ProgressNarj•ative should be concise and complete
to include only changes, delays, and aniicipated problems.
C. Submittal Process
a Schedules and Monthly Construction Status Reparts a�•e submitted in in the City's
document snanagement system in the location dedicated for t.�iis p�arpose.
� Qnc� the project has been co.mp�eted and �'inacl Acceptance has been issued by the
City, no fiuthe�• progress scnedules or cansiruction status reports aa•e requn-ed from
the C�ntractor.
1.
16 l.S ACTION Si7BNIITTAL5/INFORMATIONAL Si1BNIITTALS [NOT USID]
l7 �.b CLOSEOUT SUBIVIITTALS [NOT LTSID]
i8 1.7 MAINTFNANCE MA.TERIAL S[lEM[TTALS [NOTT3SED]
19 1.8 QUALITY ASSC712ANCE
20
21
22
23
24
2S
A. The person preparing and revising the constructian Progress Schedule shall be
ex�erienced in the preparation of schedules of similar complex.ity.
B. Schedule and supporting documents addressed in this Specif"ication shall be prepared,
updated and revised to accuraieIy reflect the perfot•mance of the constructian.
C. Contracior is respansible for the quality of all submittals in this section meeting the
standard of care foi• the construction industry fo�• similar projects.
26 1.9 DELIVEltY, STORAGE, AND HANDLING [NOT USED]
27
28
29
30
31
32
33
1.10 FIELD [SITEJ CONDITIONS [NOT Y7SID]
i.11 WA1t1tANTY [NOT USED]
1.x2 ATTACHMENTS �
Spec01 3216.] CanstructionPrajectScheduleBaselirie Example
Spec O 1 32 1 b.2 Construction Project Schedule Yrogress Example
Spec 01 32 16.3 Construction Project Schedi�le Progress Narrati�e
CITY OF FORT WflRTH
STANDARD CQNSTRUCCIDN SPECIC'1CATI03�I DOCUMENTS
Reuised August l3, 2021
C[TYWIDE STpRIvi DCtAIt�T IMPROVEMEN'I'S
CITY PROJ�CT NO. ] 00�92
ai 32t6-�a
CONSTRUCTIONPROGRESS SCHEI�ULE
Page 10 of 10
2 PA.RT Z- PR�DUCTS [NOT USID]
3 PART 3- EXECi)TION [NOT i.TSID]
� Il�D OF SECTTON
C1TY OP F012T WORTH CITYWIT7E STOR?w] pRAINIMPROVEMENTS
STANDAR� COIkT57"RUGT[ON SPL.CIFICATION DOCUMETITS CI"f1' PRO]ECTIVO. 100C192
Revised August l3, 2021
013233-1
PRLCON5IR[JCTEON VIl]EO
Page 1 uf 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART ] - GEN�RA,�.
1.1 SUMMARY
A. Sec�ion Incfudes:
1. Administrative and procedura1 requirernents for:
a. Precanstraction Videos
B. Deviatians fi•om this City of Foit Worth Standacd Speciiication
1. Nane.
C. Related Specification Sections include, but a�'e not necessarily limited to:
1. Division 0— Bidding Requirements, Cantract �`orms and Conditions of the Contract
2. Division 1— Generai Requirements
1.� PRICE AND PAYMENT PR�C�DURES
A. Measurement and Pa�ment
1. Wori� assaciated w[th tlus �te�n is considered subsidiary to the variaus items bid.
No separaie payment will be aIlowed for this Item.
I.3 REFERENCES [NOT USED�
1.4 ADMINISTRATNE REQUIREMENTS
A. Preconsh•�ction Videa
l. Produce a preconstruction video of the site/alignmen�, including al� areas in the
vicinity. of and to be affected by constt•uction.
a. Provide digita� copy of vicfeo upon request by the City.
2. Retai.n a co.py of the preconstruction video until the end of the tnaintenance surety
period.
1,5 SUBMITTALS [NOT USED]
1.6 ACTION �'UBIVIITTALSIINFORMATIONAL SUSIVIITTALS [NOT USED]
1,7 CL05EOUT SUSMITTALS [NOT USED]
1.8 MAINTEN�iNCE MATERIAL SUBMITTALS [NOT iTSED]
1.9 QUALITI' ASSiIRANCE [NOT USEDJ
11d DELIVERY, STORAGE, AND HANDLING [NOT USED]
I.11 FIELD [SITE] CONDITIONS [N4T USED]
112 WARRANTY [NOT US�D]
P�iRT � - PRODUCTS [NOT USED]
C1TY flF PQRT WORTH CI7'YWTDE STORM DRAIN IMPRC)VEMENTS
STANDARD CONSTRUCTIOM SPCCIFICATIaN DOCUMENi'S ClTY PROIECT 3V0. 1 D0092
Revised 7uly 1, 201 l
O13233-2
PRECOIVSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
C1TY OF FO12T WORTH CI"["YWIi3E STORM D12AIN IMPROVEMBNTS
STANI7ARD �QNSTRLICTION SPECfF1CAT[ON DOCU�iENTS CITY PROJECT NO. t00092
Revised 7uly I, 20l 1
fl 1 33 00 - l
SUBMIil'Ai.S
Page 1 of 8
SECTION Q� 33 QO
SUBMITTALS
PART1- GENERAL
11 SUMMARY
A. Section Includes:
General methads and requi��ements of submissions applicable ta the followin.g
Wa�'k-related su6mittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Sampies
d. Mack i.Tps
B. Deviations frorn this City af Fort Worth Standax'd Specification
l. None.
C. Related Specificatian Sections include, but are nat necessarily limited to:
1. Division Q— Bidding Requireinents, Canteact Forms and Conditians of the Cantract
2. Division I— Generai Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and �'ayment
1. Work associated with this Item is consicEered subsidiary to th� �various items bid.
1*10 separate payment will be al�owed far this Item.
1.3 REFERENCES [N�T USED]
1.4 ADIVIINISTRATIVE REQUIREMENTS
A. Coordination
l. Noiify the City in writing, at tha time of submittal, of any deviations in the
submittals from the rec�uiremenis of the Contrac� Docunnents.
2. Coordination of Submittal Times
a. Prepare, prioritize and tra�tsmit eaeh submittal sufficiently in advance oi
perfoeming f.Eia related Vi�ork or other� applicable activities, or uvithin the time
specified in the individua! Work Sections, of the Speeifieations.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, t�ut not limited to:
a) Disappraval acid resubmittal (if required)
b) Coordination with other submit�ats
c) Testing
d) Purchasing
ej Fabrication
� Delivery
g) Sitnilar sequenced activities
c. No extensian of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
C1TY OF FORT WbR`1'H CITYWIDB STORM DRAfA[ IMFROVEMENTS
S'TANDARD CONSTRUCTION SPECIFICAT[ON DQCUMEIVTS CITi' PAOJECT NO. 10�092
Re�ised December 24, 2012
O13300-2
SUBMITTALS
Page 2 of 8
d. Make subinittals promptly in accordance with approved schedule, �nd in su�h
sequence as to cause no delay in the Wark ar in the work of any other
contractor.
B, Submittal Numbering
When s�.bmitting shop clrawings or sarnples, utilize a 9-cllaracter submittal cross-
reference i.dentification numbering s�stem in the fo[Iowing m.anner:
a. Use the first b di�its ofthe applicable Specification Section Numbei.
b. For the next 2 di�its numbet• use numhers O I-99 to seq�entially numbe�� each
initial separate item or drawing submitted under each specific Section nurnber.
c. Last use a letter, A-Z, indicating the resubmissian of the same drawing (i,e,
A=2nd submission, B=3rd submission, C=4�th subitnission, etc.). A ty}aical
sub�nittal number would be as follows:
a� �o oo-os-�
1) 03 30 QO is the Specification Section foi• Concrete
2) OS is the �ighth initia] submittal under this Specification Sectian
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certificat�on
Review shop drawings, product data and samples, incNuding those by
subcoiltraetors, prior to submiss�an to determine and vet'ify the following:
a. Field measuz-emen.ts
b. Field construet3an crite�•ia
c. Catalog numbers an.d similar data
d. Canformance �ith th� Conlract Documents
2. Provide eaeh shop cfrawing, sample and product data submitted by the Cont��actor
with a Ceitification Statement af'fixed including:
a. The Contracto�•'s Company name
b. �ignatu�'e of suhmittal reviewer
c. Certif cation Statement
1) `By this submittal, I hereby represent tlaat I have determined and verified
�eld measurements, fseld construction criteria, materials, dimensinns,
catalog numbe�•s ar�el similar data and I have cheeked and coordinated eaeh
item with other applicable approved shop d�'awings."
D. Sut�mittal Farmat
1. Fold sho� drawings larger than $'/x inc�es x I 1 inches to 8%2 ipches x 11 inches..
2. Bind shap drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description a�Packet
2) Contractor Certificat[nn
b. List of items / Table of Contents
c. Praduct Data IShop Drawings/Sainpl�s ICalculations
�. Submitta! Content
I. The date of submissian and the dates of any previous submissi.ons
CITY OF FO1ZT WORTH CTTYWIDH STQRM DRAIN IMPROVEMENTS
STANDARD CpiVSTRUCTION SPECIF'[CATION DOGUNIENTS CT7"'Y PROJECT N0. 10�092
Revised December 20, 2a l2
oisaoo-3
SUSMITTALS
Page 3 of 8
F
2. The Project title and number
3. Coni��acto�� identification
4. The names of:
a. Contractor
fa. 5upplie�•
c. Manufacturer
5. Identification of the praduct, with the Speciiicatian Sectio�l nutnber, page and
paragraph(s)
6, Field dimensions, cleau'ly idenki�ed as suci�
7. Relation to adjacent or ccitical feati.u•es of the Wark or materials
$. Applicable s�andards, such as ASTM ar Federal Specification numbet•s
9. Identi�cation by i�ighlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
1 l. An 8-inc� x 3-inch blank space for Contractor and City stamps
Sh�p Drawings
1. As speciiied in indi�idual Work Sections includes, but is not necess.arily litnited to:
a. Custom-prepared data such as fabrication and erectionlinstallation {working)
drat�ings
b. Schedu3ed information
c. Setting diagrams
d. Actual shapwork manufacturing instruetions
e. Custom templates
f Special wiring diagrams
�. Coardination drawings
h. Individual system ar equipment inapection and test reports includi�g:
1) Perfoxmance curves and certifications
i. As appliea6le to th� Work
2. Defails
a. Relation af the various paits to tY�e rr►ain metnbers and lines of the structure
b. Where correct fabrication of the Work depends upon field measuraments
1) Provide such measurements and note on tha drawings prior to submitting
for approval,
G. Product Data
1. Far submittals of procfuck data for products included on ihe City's Standard Produet
List, clearly identify each item selected foe use an the Project.
2. For submittals ofprod�ict data for products not included an the City's Standard
Product List, submittaI data may include, but is not necessarily limited ta:
a. Standard prepared da#a for manufactu►'ed products (sometimes referred to as
catalag data}
I) Such as the manufacturar's product specification and jnstallatian
instructions
2) Availability of colors and patterns
3) Manufacturer's printed state�nents of camplian.ces and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OP FQRT WURTFl CITYW[DE STORM DI2ATN IMPROVEMEIVTS
STANDAI2D COI�ISTRUCTIqN SP�CIFICATION [)OCUME3YT5 CITY PR07ECT Nd. l ODD92
Revised becem6er 20, 2D.12
0 I 33 0{1- 4
3UBMCTTALS
Page 4 of S
7) Sianda�•d wiring diagrams
8) Pa•inted pet'formance cur�es and aperatioraal-range diagrams
9} Production or quality eflnt�•ol inspectian and test reporis and certifications
10) Mil1 reparts
1 I) Froduct operating and maintenance instructions and �'ecommended
spare-parts listing and printed product warrai�ties
12} As applicable to the Worfc
H. Samples
l. As specified in �ndividual Sections, inclnde, but at•e not neeessarily limited to:
a. Physical examples of the Wor[< such as:
I) Sections of manufactured or fabricated `]Vork
2} Small cuts or cor�tainers of materia[s
3} Complete units of �•ep�titive�y used products colarlt�xturefp�ttern swatches
and range sets
4) Specimens for coordination af visual effect
S) Graphic syml�ols and units of Woz•lc to be used by the City fpr independent
inspection and testing, as applicable to the Work
I. Do not start �JVork requiring a shop drawi.ng, sample or product data nor any material to
be fabricatecf or installed prtor to the approval o�• c�uaGfied approval of s�tch item.
1. Fabrication performed, maY�rials purehased or on-site canstruction accompiished
which daes not conforrn to approved shop drawings and data is at the Contractor's
risk.
2. The City wi�l not be Iiable far any exp.ense ar delay due to corrections or remedies
t•equirecE to accamplish conformity.
3. Complete project WaE'[�, matetials, fabrication, and in�talla�ions in conformance
with approved shnp drawings, applicable samples, and product data.
.�. Submittal Distribution
1, Blectronic Distrl6utian
a. Coal�rm development of Project directot�y for electronic submittals to be
uploaded to City's Buzzsaw site, or anoth�r extef•naI FTF site approved by the
City.
b. Slfop Drawings
I) Up[oad submitYal ta designated project directory a�d notify appropriate
City representatives via email of submittal postiqg.
2) Hard Copies
a} 3 copies for al] submittals
b) If Contractor requires nlore t17an 1 hard copy of Shop Drawings
returned, Contractor shall subinit mor� than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated praject directory and notify appropriate
City representatives via errmail of submittal posting.
2) Hard Copies
a) 3 copies fQr all submittals
d. Samples
1} Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of elect�•anic distribution)
C1TY OP FOItT WORTH CI"["YWIDE STpEZM ]aRAI� I�vIPROV�ivI�NTS
STANDARD CONSTRUCTION SPECFFICATIOIV DOCiJMfiNTS CITY T'R07ECT NO. 1p�092
Re�ised Decem6er 20, 2012
a i 33 00 - s
SUBNST1"1'ALS
Paga 5 of 8
a. Shop D�'awings
1) Distributed to the City
2) Copies
a) 8 copies for mechar�ica[ submit�als
b) 7 copies for all other submittaIs
c) If Contractor requires more than 3 copies of Sho�a Drawings returned,
Contiractor shall submit more than the number of copies listed above.
b. Prod.uct Data
1} Distributed to th� City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copi.es
a) Submit Yhe numher stated in the respective Speci�ication Sections.
3. Distribute reprnductions of approved shop drawir�gs and c�pies of appraved
product data and samples, where required, to the job site file and elsevtrhere as
directed by the City.
a. Provide numb�r of copies as directed by tlae City but not exceeding the number
greviously specified.
K. 5ubmittal Review
1.
2.
4.
��
The review of shop drawings, data and sauip�es will be for general conformance
with the design concept and Contract Documents. This is not ta be construed as:
a. Pernnitting any departure from the Contract i•ec�uirements
b. Relieving the Contractor oirespansibili#y for any errors, including details,
dimensions, and materials
c. Approving depai�tures from detaiis furnished by the City, except as otherwise
provided herein
The review a�� appro�al of shop drawings, samples or product data by the City
do�s nat relieve the Cantractar from his/her responsibility with regard to the �
fulfiilment ofthe terms of the Contract.
a. All risks �f error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
The Contractor rema�ns responsib.le for details and accuracy, for caoj'dinatrng the
V�7ork with a�l ather associated wai•k and i��ades, for selecting fabj�ication proeesses,
for techniques of assembly and far p�erforming Work in a safe manner,
If the shop drawings, data or samples as subznitteci describe variations and show a
de�aarture fi•om the Cantract requirements which City finds to �e in the interest of
the City and to be so zi3inor as not to inenlve a change in Cont��act Price or time foc
performance,. the City may return the reviewed cl��awings withaut noting an
exception.
Submittals will be returned to the Contractor �nder 1 of the follawing codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the subxnittal.
a) When returned ur►der this code ihe Cantt•aetoc may release the
equipment andlor makerial for manuiactu�'e.
b. Code 2
GITY OF FOR'I' WORTH CI�"YWIDE STORM DitAi1V IMPRO�IEMENTS
STAN�AL2D CON3TRUC'1'ION SPECIFICATION DOCUMENTS CITY AR07ECT N0. 100Q92
Revised December 20, 2Q12
o i 33 oa - 6
SUBM[TTALS
Page $ of 8
1) "EXCEPTIONS NOTED", This code is assigned when a confirma�ion pf
tlle notations and comments IS NOT required by the Cont�-actor.
a) The Cont��actor tnay release the equipment or mater[a.l for maiiufacture;
hawever, aI� no#ations and comments must be incorporaied into the
final pc•oduct.
c, Cade 3
I) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and commenfs az•e extensive enough to requit�e a
resubmittal of the pacicage.
a} The Contractor n�ay releasa the equiptnent or material for manufacture;
howeve�•, all notations and comments must lae incorparated into the
final p�•oduct.
b) This j�esubmittal is to address all commeiits, omissions aa�d
nan-conformin.g items that were noted.
c) Resubmittal is to b� received hy the City within 15 Calendat• Days of
the date of the City's transrnittal requiring the resubmittal.
d. Code 4
1} "NOT APPROVED" is assigned when the submittal daes not meet the
intent of the Cont�•act Docu�nents.
a} The Contraetor must resubmit tl�e er�tire pacicage revised to bring the
submittal intn conforinance.
b) It inay be necessasy to resubmit using a cEifferent inanufacturer/vendor
to ineet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
I) Corrections other than requesfad by the City
2) Marl�ed ��th revision triangte or other similar method
a) At Contractor's risk if nat marl�ed
b. Submittals f�r each item vc+il! be t•evie�ed no more than twice at t11e City's
e�pense.
1) All subsequent reviews wiRl be perfor.med at times convenient to t11e City
and at the Contracto�•'s axpense, based on the City's ar City
Rep��esentative's then prevailiilg t•ates.
2) Pro�+ide Co.nteactor i�eimbu3•semen# to th� City within 30 Calendar Days for
a[L such fees in�oiced by the City.
c, The need for more than 1 resubmissian or any ot�ter dalay in obtaining City's
review af submittals, will not entitle tE�e Contractor ta an e�tension of Contract
'I'i�ne.
7. Partial Sub�nittals
a, City reserves the right to not revietzv submittals deemed paa�ial, at the City's
discretion,
b. Submittals deemed by the City ta be nat complete will be returned to the
Cont�•actor, and wi[1 be considered "Not Appra�ed" until resubinitted.
a The City may at its option provide a[ist or mat-k the submittal dtt�ect�ng the
Contraetor to the areas that are incomplete.
8. If the Contractnr cansiders any carraction indicated on the s�op drawings ta
constitate a change to the Contract Documents, then written notice must be
provided tliere�f to the City at least 7 Calendar Days prior to release for
manufa�ture.
C1TY OF FQRT WOR1'H CITYWCI7E STbRA� DRA1N IMFIiOVEIv1ENT5
STA.NDAR1] CONSTRUCTIqN SPECIFICATION DOCiIMEl�I'CS CITY PROJ�CT NO. 1Oq092
Revised December 20, 2Q l2
O13300-7
SUBMI7"CALS
Page 7 of S
�. When the shop drawings have been completed to the satisfactian of the City, the
Contraetoc may carry oUC the const�•uction in accocdance therewith and na further
changes therein except upon vwritten inst�•uctions from the City.
10. Each submittaI, appi•opriately coded, will be returned within 30 Ca�endar Days
following receipt of submittai by the City.
L. Mock ups
1. 1Vlock Up units as speciiied in ine[ividual Secfions, include, but a.re not necessarily
limited to, complete units ofthe standa�•d of acceptance for that type af Worlt to be
used on the Project. Remave at the compietion of the VVork or when directed.
M. Qualifications
If specifically required in other Sections ofthese Specifications, submit a P.�.
Certification for eaeh item rec�uired.
N. Request for Information (RFI)
1.
2.
4.
Contracta�• Request for additional inforrnation
a. Clarification or interpretation of the cont�•act docurnents
b. When the Cantractor believes there is a conflict between Contract Docu�nents
c. When the Contractor balie�es there is a conflict between #he Drawings and
Specifica�ions
1} Identify the canflict and request clarification
Use the Request foe Infortnation (RFI) form provided by the City.
Numbering of R�'I
a. Peefix with °`RFI" followed by series number, "-xxx", 6eginning vvith "01" and
increasing sequentially with each additional transmittal.
Sufiicient infarmation shall be attack�ed to �ermit a written respanse without fiu�ther
infnrmation.
5. The City will log each request and wi11 re�iew the request.
a. If re�view of the project info�•tr►ation request indicates that a change to the
Cantraet Documents is required, the City will issue a Field Order or Change
Qrder, as appropi•iate.
LS SUBMITTALS �NOT USED]
1.6 ACTION SUBMXTTALS/INFORMATx4NAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBIVTITTALS [NOT iI�ED]
�.8 MAINTENANCE MATERIAL SUSMITTALS [NOT IISED]
�.9 QUALITY ASSi1RANCE jNOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT U�ED]
I.I1 FIELD [SITE] CONDITIONS [NOT IISED]
112 WARRANTY [NOT USED]
CITY OF rOI2T WORTH CITYWIDE STORM D[tAIN IMPROVEM�N"f5
STATl�ARD CQNSTRUCTIOM SPBCIFICAT[ON I70CUMENTS C1TY FA03I:CT N�. ]00092
Revised Dacember 2Q, 2Q 12
a� 33ao-s
5UB11+IITTAL5
Pagc 8 af S
PART 2 - �'RODUCTS [NOT USED]
PART 3 - EX�CUTION [NOT USED]
END O� SECTION
Revision Log
DATE NAME SUMMARY OT CIIANGE
12/20/2012 D, dahnso,n 1.4.I�:8. Woelcing Days modified to Calendar Days
C1TY OF FORT WOItfiI-I CITl'WIDE STORM D1t.AlN ]MPRQVEMEIJTS
STANDAI2D CbN5TRUC'tION SPECIFICA'I'[ON DbCUMENTS C1TY PRDJHCT NO. 1D0092
Revised December 20, 2012
013513-1
SPGCLAL PROJECT P120CEDURI'S
Page 1 nf 8
P1
�ECT�ON 4i 3S 13
SPECIAL PR03ECT PROCEDiJRES
3 PART1- GENERAL
4 1.1 SUNLMARY
5 A. S�ction Includes:
6
7
8
9
10
!1
12
13
1�
15
1G
17
18
The procedures for special pt'aject cij•cumstanees that includes, but is noi limited to:
a. Coo�dination with the Texas Department of Transpoirtatian
b. Work near High Voltage Lines
c. Confined Space Entry Pragram
d. Use af Explosives, Drop Weight, Etc.
e. Water Depa�•tment Notification
f. Aublic Notification Prior to Beginning Canst�•uction
g. Coordination with United States �rtrzy Carps of Engin�ers
h. Coordinatinn wathin Railroad p�rmits areas
i. Dust Cnntrol
j. Empioyee Parking
B. Deviations fi•om ttus City of Fott Worth �tandard Specificati�n
1. None.
l9 C. Relatad Specification Sectians include, but are not necessarily limited to:
20 1. Division 0— Bidding Requirements, C�ntract Forms ar�d Canditions of the Contract
2l 2. Division 1— General Requirements
22 3. Section 33 12 25 — Connection ta Existing Water Mains
23 1.2 PRICE AND PAYMENT FROCEDURES
�4
25
26
27
28
z9
30
3l
32
33
34
35
36
37
38
39
4U
41
�.. Measutement and Payment
l, Coordinatian within Railroad pecmit areas
a. Measurement
1) Measurement for this Item wi11 be by lump sum.
b. Payment
1) The wark perFormed and materials furnished in accordance with this item
will be paid for at the lump sum price bid for Railroad Coordi�ation.
c. The priee bid shall include:
1) Mobilizatinn
2) Inspection
3) Safety trai�ing
4) AdciitianalInsurance
5) Insurance Certificates
6} Other requirements associaYed with general coordinatian with Railraad,
including additional etnpioyees required to pratect the right-of-way and
praperty of tlte R�ilroad fi'om damage arising nut of and/oc from the
construction of the Projact.
C1TY OF FORT WpRTH
STANDARD CO�fSTRi]CTIDN SPECIFICATIO?Y DpCIJMENTS
Revised March 1 l, 2022
CITYWIDE STORM R[tAR� IMPROVSM�NTS
CITYPROJECTI�O, 100092
013513-2
SPECIAL PItOJBCT PROCEDUR�S
Pagc 2 of 8
l
2
3
4
S
6
7
8
9
10
11
12
13
14
2. RailrQad Flagmen
a. Measurement
1) Measurement for Lhis Tt�m will be per worktng day.
b. Payment
1) The work pei�formed ar�d materials furnished in accortfance with this Item
u+ijl be paid for each working day that Railroad Flagmen a�•e present at the
Site.
c. Tl�e price bid shall include:
lj Coordination for schedu[ing flagmen
2) Flagmen
3} Other rec�uirements associated with Railroad
3. All othe�- items
a. Wark associated with these Ifetns is considered subsidiaiy to the various Items
bid. Na separate payment will be allowed for this Item.
i5 1,3 REFERENCES
16 A. Reference Standards
I7 1. Refe�•ence standards cited in this �peci�cation refer ta the current reference
18 standard published at the titne of the latest revision date logged at the end af th[s
19 Speci�cation, unless a date is spec[�cally cited.
2� 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chaptet• 752.
21 High Voltage Qverhead Lines.
22 1.4 ADMIIYISTRATIVE REQUIREMENTS
23
24
25
26
27
28
29
30
A. Coardination with the Texas Department of Transpor�fation
1, Whan work in the right-of-way which is under tkle jurisdictioil of the Texas
Depa�a•tment of Transpai�tation {T�DOT):
a. Natify the Texas Department of Transportation prior to cammencing any work
therein in acco�•danee with the pro�isions of the permit
b. Al[ worf� perfarmed in the TxDOT �•ight-of-way sha11 be performed in
coinpliance with aEtad subject to approva[ fraxr� the Texas Depat•tment of
Ti•ansportation
31 B. Worle near High Voltage Lines
32 1. Regulato�y Requirements
33 a. All Worlc near High Voltage Lines {more than 600 volts measured betvveen
34 eondueta►•s o�� between a conductor and the ground) shall be in accordance with
35 Health and Safety Code, Title �, Subtitle A, Chapter 752.
3G
37
38
39
4fl
41
42
43
44
45
2. W�arni�g sign
a. Provide sign of suff cient size meeting aII QSHA requirernents.
3. �quipment operating within 10 feet flf high �oltage lines will require the follawing
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulato�• links on the lift hnalc connections for back hoes o�• dippe��s
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the ownei• of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be gfven to:
CTTY OF FORT WDRTH CITYWIDE S'TDE2M DRAIN I[u1PROYEMEN'fS
STANDARD CONSTRUCTIOId SP�CIPICATIQN DOCUME�IT$ CITY PR07ECT NO, 100092
Revised March 11, 2022
01 35 13 - 3
SFECIAL PRQJECT I'ROCED[IRES
Page 3 of 8
1 1) Tlie power �ompany (example: ONCOR)
2 a) Maintain an accurate log of all such calls to powet• company and record
3 action taken in each case.
4 h. Coordination with power company
S 1} Afte�' notification cooi•dinate with the power company to:
6 aj Erect temparary mechanical bara'iers, de-energize the lines, or raise or•
� lower the lines
8 c. No personnel may work withi�� b feef of a high voltage line hefore t�'ie abo�e
9 requirements have been met.
10
lI
l2
13
14
15
16
17
C. �anfined Space Ent�y Program
1. Pr�vide and follow approved Can%ned Spaee Entry Fragram in accordance with
OSHA requirements.
2. Co�fined Spaces inolude:
a. Manholes
b. All other confined spaces in accardance with OSHA's Partnit Reyuired for
Confin�d Spaces
D. Use of Explosi�es, Drop Weight, Etc,
18 1, Whan Coiitt•act Docuiuents peY7nit on the project the following will apply:
19 a. Public Natificatioan
2D 1) 5ubmit nntice to City and proof of adequate insu�ance cav�rage, 24 hQurs
2l prior to cotnmencing.
22 2) Minimum 24 hour public notiiication in accocdance with 5ection 01 31 13
23 E. Water Departrnent Coordination
24 1. Di.0 ing the construction of this proj ect, it vvill be necessary to deactivate, for a
25 pet'iod of time, existing lines. The Contractor shall be required to coordinate with
26 the Water Department to determine th� best times for deactivating and acti�ati�g
27 those lines.
28
29
30
31
32
33
34
35
35
37
3$
39
4U
41
42
2. Coordinate any e�ent that will require connecting to or the operation of an e�sfing
City water line system with �he City's representative.
a. Coordination shall be in accoa•dance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water D�partment for use
during the life of named project.
c. In the event that a water valve on an existing li�e system be turned ofi and on
ta accommodate the construction of the project is required, coordinate this
activity thraugh the appi•opriate City representativ�.
1) Do not operate water line valves of existing water system.
a) Failute ta comply wi11 render the Contractor in vialatian of Texas Penal
Code Title 7, Cha.pter 28.03 (Criminal Mischief) and the Con#ractor
wil! be peosecuted to the full e�ent o.f the law.
b) Ip additian, the Caniractor will assume all iiabilities and
responsibilities as a i�esult of these actions.
GITY OF FORT {FIORTH
5TA]VDARD CONSTRiJCTION SPECIFICAT[ON DOCUMCNTS
Tievised March I I, 2D22
CITYWIB� S"fORM DRAI31 IIvIPROV6MENT5
CIT'Y PROJECT 3J0. 1OQ092
O1 35 l3 - 4
SP6CIAL PROJECT PROCEDURES
Page a of 8
F. Public Noti�cation Priox• to Beg�nning Construction
l. Prior to beginning constructian on any bIack in the project, on a blocic by blocic
basis, p�-epare and deliver a notice or flyer of the pending const��uction to the front
door of each residenee or busines,s that wili be impacted by consteuction. The nutice
shall be prepared as follows:
a. Past notice or flyer and City of Fort Woi�th Door Hangers, '1 days prior to
beginning any construction activity on each block in the project area.
l) Prepare fl}rar on the Cont�•actor's lettarhead and inelude the fallawing
informati on_
to
ri
12
13
14
15
16
17
18
!9
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
42
43
44
45
4b
47
48
a) Name of I'c•oject
b) City ProjectNo (CPN)
c) Scape of Project (i.e. type of construction activity)
d) Actual consiructian dut•ation within the block
e) Name of the contractor's foreman and p�►one number
� Name of the City's inspector and phoiie numbe�•
g) City's after-hout-s phone nurrlber
2) A sample of the `pre-constE•uction notificatian' £fyer is attached as Exhlbit
A.
3) City of Fort Woi�th Door Hangers will be �,ruvided to the Contractor for
distribution with their nptica.
4) 5ubxnit schedule shawing the construetion stai�t and finish tifne for each
bIock af the pt-oject to the inspactar.
5) De]iver flyei to the City Inspecfor fot• review pr.ior to distribution.
b. No construction will f�e allowed to begin on any blocic until the flyer and door
hangers a��e delivered to all residents of the block.
G. Pubiic Natifcation of Temporary Water S�rvice Interruption during Const��uction
1. In the e�ent it b�c�mes necessary to lemporarily shut down water service to
residents or busulesses during consteuction, prepare and deli�er a notice or fly��• of
the pending intet�ruptian to the fi�ont door of each affected f•esident.
2. Prepared notice as follaws:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepara flyer on tlle cotrtractor's letie��head and include the following
information:
1} Name of th� project
2) CityProjectNum6er
3) Date of the interru�tion of service
4) Feriod the ir�terrupiion wilt talee place
S) Name of the contractat•'s foa'eman and phane number
6) Name of the City's Fnspector and phone number
c. A satnple of the temporaty water service interruption notification is attached as
Exhi6it B,
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior ta being distributed.
e. No interruption of water service can occur until the fly�r has been delivered to
all aifected residents and busin�sses..
f. Eleetronic v�rsions of the sample flyers can be nbtamed fram the Project
Constructian Inspector.
CITY OF FORT VJORTH
5TAM]ARD CONSTRUCTIOIV 5PECIFICA'IT�N DOCLTMENTS
Revised March 1 l, 2022
CTTYWmE STORM DRAII�I IMPROVEMENTS
CITY PRO]�CT N0. 1OD092
01 35 13 - 5
SPECIAL.PR07�CT PROC�Dtli�,5
Page 5 of 8
H. Coordination with United States A►'my Corps of Engineers (USACE)
2 I. At locations in the Project where construction activiiies occur in areas where
3 USACE pe�•mits are required, meet aiI requirements set forth in each designated
4 permit.
5 T, Coordination within Railraad Pe�•mit Areas
6 1. At locations in the project where construction activities occur in areas where
7 railraad permits ara required, meet all requirements set forth in each designated
8 raiiroad pei�mit. This includes, but is not Iimited t�, provisions foi•:
9 a. Flagmen
10 b. Inspectors
1 I c. Safety tt�aining
12 d. Additional insurance
13 e. Insurance certificates
14 f. �ther etn �aloyees required to protect #l�e right-of-way and property of the
15 Railroad Campany frorn damage ax'ising out of andlor from the construction of �
Ib the project. Pj�oper utility elea�ance proceclures shall be used in accardance
17 with the permit guidelines.
18
19
20
21
22
23
24
25
26
27
2S
2. Obtai�a any supplemental informatian needed io comply with the railroad's
requirernents.
3. Railroad Flagmen
a. Submit rec�ipts to City for verification of working days that railroad flagmen
were present on Siie.
J. Dust Cantrol
1. ilse acceptable measures to control dust at tlle Site.
a. If water is used to control dust, capture and praperly dispose of waste water.
b. If wei saw cutting is performed, capture and properly dispose of slutry.
K. Employee Parlcing
1. Provide parking for employees at locaiinns approved by the City.
CITY OF PORT WORTH
5TANDAR➢ CONSTRUCTIOAI SPECTFiCATIOIV IIOCtJM�NTS
RevisedMarch 11,2022
CI"I'YWIDE STORM DRAIN IMPROVEIv1EtYTS
CIT'Y PR07ECT NO. 100a92
o: 3s �3 _ G
SPECIAL PROJECT PROCEQiJRES
Page b �F 8
E
�
1.5 SiTBNIITTALS [NOT IISED]
1.6 ACTION SUBMXTTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 �.�' CLOSEOUT �UBMITTALS [NOT iTSED]
4 7.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLTNG [NOT US�D]
7 1.11 �'IELD [SITE] CONDITIONS [N�T II�ED]
S 1.12 WARRANTY [NOT l�TSED]
9 PART 2- PRODC]CT5 �1�TOT USED]
l0 PART 3- EXECUTION [NOT LTSED]
ll
12
13
END OF S�CTXON
Re�ision Lng
DATE NAME SLlMMARY OF CHANGE
1.4.8 — Added requirement oF con�pliance witEi I-Iealth and Safety Code, Title 9.
8131/20 [ 2 D. Jahnson Sa%ty, Subtitl� A. P�Ulic 5afety, Cha�ter 752. I�igh Voltage Overhead Lines.
1.4,E — Added Contractor responsibility iar obtaining a TCEQ Air Permit
RemoWe reFerences to Air Pollution watch Days and NCTCOG Clean construction
3/11/2022 M Qw�n Speci#ication i�equ�rements. Clar�fy need fnr pooe Hangers under in addition to
contractor notilication of puUlic.
CITY OF FOEZT WORTH CITYWID� STORM DRA1N IMPROVEMEIdTS
3TANDAR�7 CONSTRUCTION SPECIFiCATION DOCIIMCNT5 CITY PROJECT iVO. ] 00092
Revised March 11, 2p22
01 35 13 - 7
SPECIAL P1tOJ�CT PROCEi]URES
Page 7 of S
!
2
3
4
5
G
7
g
9
10
tl
t2
13
14
15
16
I7
18
L9
20
21
22
23
24
25
26
27
28
29
�o
31
32
33
34
35
36
37
EXHIBIT A
(To be print�d on Contractor's L.etterhead)
Date:
CPN No.:
Project Name:
Mapsco l.ocation:
Limi�s of Constructian:
� � �_ -
�� i
I i I
i
�
�
iF�[S IS i0 IPl�ORI1fl YOU i�1Ai UND�� A CON7FtAC� WIiK Ybl� CITY O� �OR�
WORiF;, OLIR CO[V��Ai�Y WILL WORK ON U�ILI�'Y LIi�I�S OP! OR AROUN� YOU�
�FiOPE�iY.
COPlSiRUCTION 1dl�1LL ��GIP! AP�ROXII�AA'��LY S�V�iV DAYS �ROIVQ �H� DAiI�
O� iFiIS IVOYIC�.
IF YOU HAV� QU�S�IQAlS AE�OIIi ACC�SS, S�CUV�IiY, SAF�TY OR ANY OT'b�R
15SUL, ���AS� CALL:
�C. CCONTRACiQR'S SUPERINTEHDENT> AY CTELEPHONE NO.�
Of�
flllr. �CITY INSPECTOR� AT � TELEPH�NE Np.�
r4�i�R 4:30 PIL� OR OIV V1l��K�N�S, �l��A�� CA�� (�11} 392 �306
PLEASE KEEP THlS FLYER HANDY WHEN YOU CALL
C1TY OI' FORT WORTH
STAIVDARD CONSTAUCTION SPECIFICATION C]OCUMENTS
Revised ll�arch I 1, Z022
CITYWIDE STOAM �T2AII� 6v1PROVCM�NTS
CITY PRO,iECT NQ LQ0092
013513-8
SPECIAL PR07ECT PTtOCEDiiRES
f'age $ of R
l
7
�XHIBIT B
�RT WO�T�
�.�:
�� ��. �
� �:
��°t��� o� `��:��o��� w��'�� S��¢���
�����������
ni7E TO UTILII'Y RVIPRUY�1VlE� iYTS I1V XaUA NEIGixBpRHQQD, YQUR
WA'TER $ERVICE WII.L BE 1NT�RRiTPT�D QN
BETWEEN T�IE HDiTR3 dF AhTD
iF`YOU HA.V� QUE3T14N$ ABOL]T THES $HUT-QUT, PL�+ASE CAX.L:
MR, AT
(CO1V'1'YZACTORS SUPERINTE�EN'1') (TELLPHONE N[]MBER)
OR
MR. A,T
(CITY' TN'9PEC'i'UR) (TELEPFIOPTCt lYUMBER)
THI� YI�C�NVENIENCE WILL BE A3 SHOR7' A5 PO$$IBLE.
THANK YO�CT,
, COIVTRACTOR
�
�
CITY OF FOR'I' WORTI-I CI"I'YWI]]L•. STORM 17I2AIN I�iPROVEMENTS
STANDARD CONSTRUCTIOt�T SPECIFICATION DOCUMENTS CITY PRd7ECT NO. ] Q0092
Revised dvlaroh l 1, 2022
O 1 A5 23
TES'I'�i�IG Al�lD INSPECTIdAI SERVICES
Pagc l of 2
SECTION 4145 �3
TESTING AND 1NSPECTION SERVICES
PART1- GENERAL
i.l SUMMARY
A. Section Includes:
i. Testing and inspection services procedures and coordination
B. Deviations fi•om this City af Fort Wortli Standard Specification
S . Nane.
C. Related 5peciiicatian Sections include, but are not necessarily lirnited to:
1. Divisioiz 0— Biddit�g Requirements, Conti'act Forms and Conditions of the Cont�•act
2, Division 1— General Requiretnents
L2 PRICE AND PAYMENT PR4C�DURES
A. Measurement and Payment
1. Worlc associaied with this Item is considered subsidiary to tI-ie various Itams bid.
No separate payment will be allowed fo�• tlais Item.
a. Contractor is respansi6le fne perforining, coordinating, and payrrient af all
Quality Control testing.
b. City is responsible foi- performing and payment for first set of Quality
A�st�rance tes�ing.
1) Tf the iirst Q►�ality Assurance test �erformed by the City fails, the
Contraetor is �•esponsible for payment af subsequent Quality Assut�nce
testing until a passing test occurs.
a) Finaf acceptat�ce wijl not be issued by City until all required payments
for testing by Contx•actor have baen paid in full.
1,3 REFERENCES [NOT USED]
1,4 ADMINISTRATIVE REQUIREM�NTS
A. Testing
1. Complete t�sting in accordance with the Conta'act Docutnents.
2. Coordination
a. When testing is required to be pei�ornned by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be eompleted by the Contractor, notify City,
suf�iciently ir� advanee, ihat testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Canfirm development of Proj ect directory fo�� elect�•onic submifitals to be
uploaded to the City's document management system, or another externa[
F'TP site appraved by the City.
C1TY OF FORT WORTH C1'I'YWIBE STORM DRAIN IMPROVEMENTS
STANDARD CONS`I'RUCTION SPECIFICATID3�! DOCUMBNTS CITY PR078CT Np. 100092
Revised March 9, 2020
O 1 45 23
TLST[[tifG AND [NSPECT[ON SERV[C�S
Page 2 of 2
2) Upload test reports to designated project directory and notify appropciate
City representatives via email of submittal posting,
3) Hard Copies
a) 1 capy far aIl submiitals submitted to the Pi•oject Repres�ntati�e
b. Has�d Copy Distributian {if required in lieu of eleetranic distribut�on)
l) Tests performed by City
a) Distribute l hard copy to the C�ntractox
2) Tests performed by the Contractar
a) Distribute 3 hard copies to City's Aroject Repr�sentati�e
4. Pravide City's ProJec� Repi•esentati�e wfih trip ti.cIcets for each d�livered load of
Con�crete or Lime material incl�tding the following informatian:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection ot lack of inspectior� daes not �•elieve the Co�t�'actor from obligation to
perfarm wark in accordanee with the Cantract Documents.
1.� SUBMITTALS �NOT USED]
1.6 A�TION Si7BMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT LT��D]
1.8 MAiNTENANCE MATERTAL SUSMITTALS [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT USED]
1.I0 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.1I FIELD [SITE] CQNDITIONS [NOT USED]
112 WARRANTY [NflT USED]
P�iRT 2 - PRDDUCTS [NOT USED]
PART 3 - EXECIJTION [NOT USED]
END OF SECTION
Revision Log
DAT�', NAME SZ.TMMAR� OF GHANGE
3/9/2620 D.V. Magana Removed re�Ference to Buzzsaw and noted lhat electronie submittals be uploaded
through the City s dacuinent management system.
CITY QF PORT WOR'I'H CITYW[DE STORM D12AIN [MPROVEM�NTS
STANDARE7 CONSTRUCTI01� SPECIFICA'I'ION DOCUMEN'tS CITY PROdEC'T' NO. l Oq092
Revised March 9, 2020
oi sa oo - i
TEMPORARY FAC�ITI�S Ah[D CO�ITROl.S
Page I nf 4
SECTYON O1 50 00
TEMPOR.A.RY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SU1VIlVIAItY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary �acilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the consfi�•uctian site
B. De�iations from this City of Fort Worth Standaird Specificatian
I. None.
C. Related Spsci�ication Sections iiiclude, but at'e not necessarily limited to:
1. Divisian 0— Bidding Requirements, Cantract Forms and Conditions af the Cantraci
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Work associated with this Item is considered subsidiary to the various It�ms bid.
No separate payr►�ent will be allowed for this [tem.
f.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporaiy Utilities
1. Ohtaining Temporary �ervice
a. Make arrangements with utility service companies for tempo:rary se�•vices.
b, Abide by rules and regulatians of utility service cotz�panies or authorities
having jurisdiction.
c. Be responsi6le for• utiIity sei�ice costs until Work is appraved far Final
Acceptance.
1} included are fuel, powei; light, heat and othei• utility services necessary for
execution, coznpletion, testing and initial operation of Wark.
2. Wate�•
a. Cont�•actor t� pt•ovide water required f�r and in conneetion with Work to be
perfor�ned anid for specified tests of piping, equipment, de�iees or other us� as
required far the completian of the Worle.
b. Pro�+ide and rnaintain adequate supply of potable water for dotn�stic
consutnption by Contractor personnel and Gity's Project Repr�sentatives.
c. Coordination
1) Contact Ci.ty 1 week before watee for constructian is desired
C1TY pF FORT WOI2'TH CITYWIDE STORM DAAIN IMPROVEIv1�NTS
ST.ANDAItD CONSTRUCTION SPECIFICATIOIY DOCUMENTS CITY PR01�CT 1V0. 100U92
Revised July 1, 2011
O1 50 00 - 2
T�MPORARY PACILITIES AND CONTROLS
Page 2 af A
d. Cont�•actor Payment for Construction Watez'
1) Obtain construction water nreter from City for payment as billed by �ity's
established r•ates.
3. Electricity and Lighting
a. Pf'ovide and pay for elect�•ic powered service as required for Work, including
testing of Work,
1) Provide power for lighting, operation ofequiprnent, or otla�r use.
b. Electric power service includes temporary power ser�ice or generatot to
inaintain aperations during scheduled shutdown.
4. Telephone
a. Provide emet•gency telephane service at Site for use by Cont�•actor pe�•sonnel
and others performing wark or furnishing ser�ices at Site.
S. Temparaty Heat and Ventilation
a. Provide tempoi�iy heat as necessary for �rotection or completion of Work.
b. Provide ten�porafy fieat and ventilation to assure safe working candit�ons.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persans on Site.
a. Cornply with regulations of State and loca[ depa.t�t�neetts of health.
2. Enforce use af sanitary t'acilities by construction personnel at jab site.
a. �nclose and anchor sanitaty facilities.
l�. No discharge will be allowed fi•am these facilities.
c. Callect and store sewage and waste so as not ta cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weelcly intervals and properly
dispose in accordatsce with applicable regulation.
3. Locate facilities near Work Sit� and keep clean and maintairaed tl�oughout Project.
4. Remove facilities at completion af Project
C. Starage Sheds and Buildings
1. Pravide adequately ventiiated, watertigl�t, wea�herproof storage facilities tTvith �Ioor
above ground level for materiais �nd eyuipment sysceptible to weather damage.
2, Sta�-age of inaterials not susceptible to weather damage may be on blocics off
groL�nd.
3, Star� mate�•ials in a neat and arderly manner,
a. Place niaaterials and equipment to permit easy access for identification,
inspection and in�ento.ry.
4. Equip huilding with locka6le doors and lighting, and pro�ide electrical set•vice far
equipment space heat�rs and heating or ventil�tion as necessary to pra�ide sfo�'age
enviromnents acceptable to specified manufacturers,
�. Fill and grade site for tennporary structures to pravide dt'a.inage away from
tempot'ary and existing buildings.
6. Rem4ve building fram site prior ta Pinal Acceptance.
D. Temporary Fencing
1. Provide and maintain fot� the duration or construction �+hen required in cantract
documents
�. Dust Control
CITY QF FORT VJORTH CT"I"YWIDE STDRM DRAII+# IMPROVENi�NTS
STANDARD CONSfiRiICTIQN SPEGIr'ICA CION DOCUIv1�NT5 CITY PRO.�LCT ZY�. I00092
Revised July 1, 20l 1
ai saao-3
7'EMPORARY FAGILITI�CS AND C.ONTRdLS
Pagc 3 of 4
1. Contractor is responsibie for rnaintaining dust control through the duratian of the
projeet.
a. Conteaoto�• remains nn-call at a!1 times
b. Must t'espond in a tiinely tnanne�•
F. Temparary Protection of Gonstruckion
1. Contractor ar subcontractors are responsible for protecting Work fi-a:m dama�e due
to �+eather.
1.� SUSMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INrORMATTONAL SUBMITTALS [NOT USEDJ
1.7 CLOSEOUT SUBM�TTALS [NOT USED]
1,8 MAINTENANCE MAT�RIAL Si]BMITTALS [NOT i15ED]
1.9 QUALITY ASSURANC� [NOT USED�
1.1U DELIVERY, STORAG�, AND I3ANDLING [NOT IISED]
1.11 FXELD [SITE� CONDXTIONS [NOT USED]
I.12 WARRANTY [NOT USED]
PART 2 - PRODTTCTS [NOT iTSED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT U�ED]
3.� EXANIINATION [NOT i7SED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facijities
1. Maintain a!1 temporary faciliti�s for duration of construction activities as needed.
3.5 [REPAIRj 1 [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [o�] SITE QUALXTY CONTROL [NOT iTSEDj
3.8 SYSTEM STARTUP [NOT U�ED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSE4UT ACTIVIT�ES
A. Temporary Faeilities
CITY OF FORT WOl2Tf3 CITXWIDE STOi2M DItAII�f iMPROVE11dENT5
5'i'ANDARD CONSTRUCT[ON 5PECIFICATION TIOCtiMENTS CiTY PRO,IECT l�lO. 10�092
Revisedluly 1, 20l I
otsaoa-a
TEMPORARY PACILI'I7�S AND COTiTROLS
Page 4 pf 4
f. Remove all terri}�o3-ary fiacilities and �'estore area after complet�on ofthe Warlc, to a
condition equal to or betier than prior ta start of Work.
3.12 PROTECTION [NOT USED]
3.13 MA�NTENANCE [NOT USED]
3.1� ATTACHMENTS [NOT IISED]
END OF SECTIQN
CITiC OI' T'ORT WpRTI-i CITYWIDE STORM DRAIN iMPROVL�MENTS
STAI�i�ARD CONSTRUCTION SPECIFICA'CION DOCUME�TTS CPTY PROJ�CT Np, l p0092
Revised ]uly 1, 201 l
01 55 26 - 1
STREET USEPERMIT AND MODIFICATIQI�TS TOTItAFFIC CONTROL
Page l nf 3
1
2
SECTION pi S5 2b
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1- GINIItAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administt•ative procedures faj•:
7 a. Street I7s e Permif
8 b. Modif'ication af appj•aved traffic control
9 c. Remova! of Street Signs
30 B. Deviations from th�s City of Fort Worth Standard Specif'ication
I 1 1. None.
12 C. Re�ated Specificatian Sectians include, bui are not necessarily limited to:
13 1. Division 0— Biddi�g Requirements, Contract �orms and Canditions of the Cont�•act
14 2. Dit�.ision 1—G�neraf Requirements
15 3, Section 34 71 13 — Traffic Control
16 1.2 PR�CE AND PAYMF`NT PROCIDURF�
17 A. Measurem�nt ar�d Payment
18 1. Work associated with this Item is c.onsidered subsidiaiy to the va�•ious Items bid,
19 Na separat� payment �iA be allowed for this Item.
20 1..3 RFFERINCFS
21 A. Reference Standacds
22 1. Reference standards cited in this specification refer ta the current.reference standard
23 published at the time of the latest revision date logged at th.e end of this
24 spec.ification, unless a date is specifically cited.
25 2. Texas Manual an Uniform Traffic Contrnl Devices (TMUT'CD).
2G 1.4 ADMIIVISTRA.TIV� REQUIl2�ENTS
27
28
29
3Q
31
32
33
3�4
35
36
A. Traftic Contral
I. General
a. Contractor shall minimize lane closures and impact to vehicularlpedestrian
traff'tc .
b. When traffic cantrol plans are included in the Drawings, provide Traffic
Contral in accordartce w ith Drawings and Section 34 71 13.
c. When traffic cot�trol plans are nat included �n the Drawings, prepa�e traffic
control plans in accordance with Section 34 71 � 3 and submit to City for
review.
1) Al[ow minimum 10 working days far review of propased Traffic Cantrol.
C1TY OF FORT WDItTH
STANDARD COAfSTRUCI'ION SPECIFICATION DOCLIMENTS
Rec�ised Nlarch 22, 202i
CITY W I DE STORM DRAIN IMPRQVEM�NTS
CTTY PIi07ECT NO. I Up092
O l 55 26 - 2
STREET lI$I; PERMI't AND MgDIF1CATIDNS TD Tf2P.0 PIC CONTR�I.
Page 2 of 3
1 2) A traf�c control "TypicaP' published by City afFort Worth, the Texas
2 Manual Unif'ied Traffic ControlDe�ices {TM[TTCD) or Te�as Department
3 af Transportation (TxDOT) can be used as an alternative ta prepa�•ing
4 p�•oject/site specific t�•affic control plan if the typical i� applicable ta th�
5 specific project/site.
6 B, 5�•eet LTse Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is t-equ�red.
S a. To obtain S�ieet iTse Permit, submit Traffic Contra] Plans to City
9 Transpartation and P�blic Works Department.
10 1} Ailow a minimum af S warkin� days for perinit eeview,
� 1 2) It is the Cont�•actor's �•esponsi6ility to coordinate review of Traffic Cont�•ol
12 plans for 5treet Use Permit, such that canstruction is not de�ayed,
1�
14
15
16
17
18
19
2b
21
22
23
24
C. Modification to Approv�d Traffic Contt�ol
1. Prior to installation traffic control:
a Subrnit revised t�•affic control plans ta City Depar�meni T.ransportatian and
Public Works Depart.rnent.
1} Revise Traffic Contt�ol plar�s in aecoi•dar�ce with Section 34 71 13.
2} Allow minimtuz� 5 working days for reView afrevised Traffie Control.
3) Ii �s the Contracto�•'s respons.�bility to canrdinate review of Traf�c Contro]
plans for Street Use Permit, such that construction is not de�ayed.
D. Removal of Street Sign
l. If it is determined that a sl;reet sign must be remaved far cons#ruc.tion, t�en cantact
City Transportation and Public Warks Depart�nent, Signs and Marlfings Division to
x•emove the s ign.
25 E. Tempo�•ary Si�nage
2G 1. In the case of regulatory signs, replace permanent s.ign with temparary sign meeting
27 requirements of the Eatest edition of the Texas Manual on Uniform T��affic Cont��nl
28 De�iees (MUI'CD}.
29
3.Q
31
32
33
34
2. Install temporaty sign before the removal of perrnanent sign.
3. When canstc�ucfion is complete, to the �xtant that the permanent sign can be
reinstalled, contact the City Transportation and Publ�c Warlcs Depart�nent, Signs
and Ma��kings Division, to reinstall the permanent sign.
F. Traffic Coniral Standards
1. Traf�c Control Standards can be found on the City's website.
35 1.5 SUBNIITTALS �NOT USID]
36 A. Submil all required documentation to City's Feoject Representative.
CiTY O�' FORT WORTH CITYWII]E STORM DRAIIV [MPROVEMENTS
STANDARD CONSTRUCI'IqN SPFCIE'[CATION DOCLIMEN7'8 C[TY PRO.TEC'T NO. 100092
Ravised March 22, 2ti2I
Ol 5526-3
S�'REET USE��RMIT AND MODIFICATIOI+IS TdTRAI'�'IC CONT120L
Page 3 of 3
I
2
a
4
5
6
7
8
1.6 ACTION SiIBNIITTALS/INF'�R11�ATIONAL SUBMI'ITALS [NOT USID]
1.7 CLOSEOUT SUBNIITTALS [NOT USID]
1.8 MAINTINANCE MATIItIAL �UBMITTALS [NaT USED]
1,9 QUALITY ASSi]I2ANC� [NOT USEDj
l..1.0 DELIVIItY, STORAGE, ATID IIANDLING [NOT USID]
1.1.1 FIELD [STTL+'� CONDI'I`IaNS [NOT USIDj
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [N[3T USID]
9 PART 3 - �ECUTION [NOT USTD]
30
11
IIVD OF SECTiON
Revision Log
DATE NAME SUMMARYOF CHANGE
1.4 A. Added language to empliasize minimizing of lane cjosures and impact to
traffic:
1.4 A. L c. Added language to allow for use afpul�lished Eraffic contral "Typicals" i
3/22/2021 M Ov�en appGcable to specific projectJsite.
1.4 F. 1) Remo�eci reference tq Buzzsaw
1.5 Added language re: sub�nittal nfpermit
12
CITY OP �'ORT WORTI-I
STANDAItD COl*i9TRUC1'ION SPEC�'ICA'1'ION DDCUMENTS
Revised 3vlarch 22, 2D21
CITYWIDE STORM DRA1N IMPROVEMENTS
C1TYi'R07ECTNO. ]00092
O15713-1
STOT�M WATER POLLUTION PREVEIV'C[ON
Page l of 3
SECTION Q1 �713
STORM WA'T'ER P�LLi.1TION PREVENTION
PART 1- G�NI.RAL
1.1 SiTMMARY
A. Section Includes:
1. Procedures for Storm Water Follution Prevention P1ans
B. Deviations fram this C�ty of Foi�t Worth Standaa'd Specifiica�ion
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
I. Division 0— Bidding Requir�menCs, Contract Forms and Cdnditions of the
Cont�•act
2. Division 1-- General Requirements
3. Section 3l 25 00 -- Erosioii and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and 1'ayment
1. Construct[on Activities r�sulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiaty ta the various Items
bid. No separate payment will b� allowed for this Item.
2. Cnnstruction Activities resultiilg in greafer than 1 acre of disturbanc�
a. Measuretnent and Payment shall be in accordance with Section 31 2S 00.
1.3 REFER�NCES
A. Abbreviations and Acronyrns
1. Not�ce of Intent: NOI
2. Notice of Termination: NOT
3. Start�a Water Follution Prevention I'Ian: S1�VYPP
4. 'Cexas Commission on Environmental Quality; TCEQ
5. Notic� of Chang�: NOC
A. Refei•ence Standards
l. Reference standards cit�d in this Specifccation refer to the current i•eference
standard published at the tiane af the latest revision date ]ogged at the end of this
S.peciiication, unless a date 'ts specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
ControIs
1.4 ADMrNISTRA.TIVE REQUIREMENTS
A, General
1. Contt•actor is responsible for resolution and payment ai a€�y fines issued assaeiated
with compliance to Stormwater Pollution Prevention Plan.
CITY pF PpI2T WORTH CITYWIDE STORM DRAfN IMPAOVEMENTS
STANI]ARD CO1V5T12UCT10N SPECIFICATION DOCUMENTS CITY FR07ECT N0. 100492
Revisedduly 1, 2011
o� 5� i�-z
STORM WATCR POLLUTION PREVENTION
Yage 2 of 3
B. Canstruction Activities i•esulting in:
1. Less than 1 acre of dist�u•bance
a. Pf�ovide erosian and sedi�nent contro3 in accordance with Section 31 25 00 and
Drawin�s.
2.
to less than 5 acres of disturbance
Texas Pollutant Discharge Elimination System (TPDES) General Const�uction
Permit is required
Co�plete SWPPP in accordance with TCEQ requirements
1) TCEQ SmaIl Constructian 5ite Natice Required under general pea'mit
TXRISOD00
a} Sign ar�d post at job sri�
b) P�•ior to Precoiistruction Meeting, send i copy ta City Department of
Transportation and �ublic Works, En�ironmental Division, {S1'� 392-
6088.
2} Provide erosion and sediment control in accordanee vwith:
a) Section 31 25 00
b) The Drawings
c} TXR150000 General Permit
d} SWPPP
e) TCEQ requirements
a.
b.
3. S acres or rnore of Distu�'bance
a. Texas PolIutant Discharge Elimination Systetla (TPDES) General Canstt'ucYi.on
Permit is required
b. Complete SWPPP in accorciance wiih TCEQ requirements
1) Prepare a TGEQ NOI form and subnnit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Depa��ment of Tt•ansportatian and Public Works,
Enviranmental Division, (817) 392-6088.
2) 'I'CEQ Notice of Change requix•ed if making changes nr updates to NOI
3) Provide erosion and sediment con�rol in accordance with:
a) Section 3I 25 00
bj The Drawings
e) TX12150000 General Permit
d} SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Tarmination can be su6mitted.
a) .Send. copy to City Depat�tment oiTransportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMZTTALS
r:�y+r . , .
1. Submit in accordance with Seetion O 1 33 00, except as stated herein.
a. Prior to the Pcecnnstruction Meeting, submit a draft cr�py of �WPPP to the City
as follows:
1} L copy to the City Pcoject Manager
a) City Praject Manager wili farward tfl the City Depa�-�ment of
Transportation and Public Works, Environmental Division fot• review
CITY OF FORT WORTIT CITYWIdE STORM DRAIN IMPROVEMENTS
STANDARD CONSTR[7CTION SPECTPICATION DOCUMEIVTS C1TY PRQTECT NO. IOOU92
Revised Ju1y I, 201 l
a15713-3
S'COAM WATER POLI,UTION PIL�VEN"CION
Paoe 3 of 3
B. Modified SWPPP
l. If the SWPPP �s ce�ised during constructian, resubmit inoc�i�ed SWPFP to the City
in accordance with Sectior► 0] 33 �D.
1,.6 ACTION SUBMITTALS/INFORMATI�NAL SUBMITTALS [NOT USED]
1.7 CLO�EOUT SUBMITTALS [NOT USED)
1.8 MArNTENANCE MATERIAL SUBM�TTALS [NOT LJS�D]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLTN'G [NOT USED]
l.il FIELD [SIT�] CONDITIONS [NOT USED]
1..12 WARRANTY �NOT USED]
PART 2 - PRODUCTS [NOT IISED]
PARx 3 - EXECIITION [NOT U�ED]
END 4I+' S�CTION
Re�ision Log
DATE NAME SUMMARY OF CHAN��
CITY QF FOAT WORTH CI'CYWID� STORM DRAIN IMPAOVEMENTS
STAZ*IDARD CONSTRUCTTON SPEC�h1CA"l1VN DOCUMENTS CITY FR07ECT NO. 100092
Re�ised7uly I, 2011
p 1 58 13 - 1
TEMPORARY PR07ECT SICrAIAGE
Page 1 of 3
SECTiON 415813
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SLIMMARY
A. Section Includes:
l. Tempora�y Project 5ignage Requiremeuts
B, Deviations fiom this City af Fort Worth Standard Specifcation
1. None.
C. Reiated Specifcation Sections include, hut are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Di�ision 1-- General Requirements
1.� PRXCE AND PAYIVIENT PR4CEDiJRES
A. Measurement and Payment
1. Worlc associated w'rth this Iiem is considered subsidiary to the various Items bid.
No separate payment will be allowed %r this Ife�n.
1.3 RETERENCES [NUT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
].S SIIBMITTALS [NOT USED]
L6 ACTION SIIBMITTALSIINFORMATIONAL SL]RMYTTALS [NOT USED]
I..i CLOSEOUT SUBMITTALS [NOT USED]
1,8 MAINTENANCE MA.TERLAL SUBMITTALS [NOT USED]
1.9 QiTALTl'Y ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, .AND HANDLING [NOT USED]
l.l.l FZELD [SITE] CONDITIONS [NOT i751+'.11J
1.12 WAIiRANTY [NOT iTSED]
PART�- PRODUCTS
2.1 OWNER-FURNISH�D [ax] OWNER-SUPPLIEDPRODUCTS [NOT USEDj
2.2 EQUIPIVIENT, PRODUCT TYPES, AND MATERXA.LS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
Cl'PY OF FORT WORTH CITYWIDE STpRM DRAIIV IMPROVEMENTS
STAIVDARI] CQNSTRUCTION 5PECIFICATION DOCiIMENTS CITY PROTECT A[O. 100U92
Revised duly !, 2U 1 l
O15813-2
TEMPORARY PROJBC`1" 3IGNAGE
Page 2 of 3
B. Matei•ials
1. Sign
a. Constructed of 3/a-inch fzr plywoad, grade A-C (exterior} ot• better
2.3 ACCESSORIE� [NOT USED]
2.4 SQURC� QIIALITY CONTROL �NOT USEDj
PART 3 - EXECUTION
3.1 INSTALLERS jNOT USED]
3.2 EXAMYNATIQN [NOT USED]
3.3 1'REPARATION [NOT US�D]
3.4 INSTALLAxXON
A. General
1, Provide vertical insta[lation at extents of project,
2. Relocate sign as needed, upon request af the City.
B. Mouniing options
a. Skids
b. Pasts
c. Barricade
3.5 REPAIR ! RESTORATION [NOT USEDJ
3.G RE-IN�TALLAT�4N [NOT USED]
3.� FIELD [o�z] SITE QUALYTY CONTROL [NDT USED]
3.8 SYSTEM STARTUP [N4T USED]
39 ADJ[TSTING [NOT USED]
3.10 CLEANING [NOT IISED]
3.11 CLOSEOUT ACTIVITIES �1VOT ITSED]
3.1� PROTECTTON [NOT USED]
3.13 1VIAINTENANCE
A. Genei•a�
1. 1�Iaintenance will include painting and repairs as neecEed or directed by the City.
3.14 ATTACHMENT� [NOT USED]
END OF SECTION
G1TX O�' FORT WORTH CITYWIDE STpRM DRAIN IIv1PROVE[i�NTS
STANDA[2D CONSTRUCTIQN SPGGIFICATION D�CUMENTS CITY PftQJCCT Nd. I.OQ092
Revised .Tuly 1, 201 L
O15813-3
TCNfPORARY PROJ�CT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY �F CHANGE
Cl'fY OF FORT WORTH CITYWIDE STORM DRAIN IivIPRO VEMENTS
STANL}ARD CONSTRUCTION SPECiPICATION I}OCUII+IEN'fS CITY PR07ECT Nb. 1OD092
Revised duly 1, 20l l
a � 6a o0
PItOpUCT REQUIREIvIB1VT5
Paoe l of 2
sECTrnN o�. 6a ao
PRODUCT REQUIREMBNTS
PART1- GENERAL
1, �. SUMMARY
A. Section incl�des:
1. Referenc�s for Product Require�nents and City Standard Produc#s List
B. De�iations fi�am this City of Fo�-t Worth Standard Specificatian
1. None.
C. Related Specification Sections include, but are nat necessarily limited to:
1. Di�ision Q— Bidding Requirements, Contract F`ar�ns and Conditions of the Contract
2. Di�ision 1— General Requirements
1.2 PRICE AND PAYIVI�NT PROCEDURES jNOT USED]
1.3 RE�ERENCES [NOT US�D]
1.4 ADMIIVISTRATIVE REQU�+ MENTS
A. A list of City approved products far use is available throu�h the City's website at:
https:l/apps.fortworthtexas.gov/ProjectResourcesl and fallowing the directory �aath;
02 - Construction Documents/Standai•d Products List
B. �nly products specifically included on City's Standard Product List in these Contract
Doctiments shall be allowed for use an tiha Project.
l. Any subsequently approved products �vil] only be al.lowed fot• use upon specific
approval by the City.
C. Any specifc product r�quirements in the Contract Documents supersede similar
products included on the City's 8tandard Product List.
I. The City reserves the right to not allow products to be used for certain pi•ojects even
Y.ho�gh the pt�oduct is listed on t[�e City's Siandai•d Product List.
D. Although a specific praduct is included on City's Standard Product List, not all
pi•oducts fram thai manufacturet• are appY•ovad fat' use, including but not limiterl to, that
manufacfurel's standaz�d product.
E. See Section O1 33 00 for subniittal �•equi�•ements of Product Data included on City's
Standard Product List.
1.5 SIIBMITTALS [NOT USED]
1.6 ACTION SUBMIT'TALS/INFORMATIONAL �UBM�TTALS [NOT iTSED]
l.q CLOSEOUT SUBMITTALS [N�T USED]
1.8 MA,ZNTENANCE MATERIAL SYIBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CI'fY OF F'ORT WORTH CIT'YWIDESTpRM DRAIN [MPROVHMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCIlMENTS CITY PR07ECT NO. 100092
Revised fviarch 9, 2d2p
0! GO OD
PRODUCT REQUIREMEiYTS
Page 2 of 2
1.10 DELiVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART � - PRaDUCTS [NOT US�D]
PART 3 - �XECUTION [NOT iT�ED]
END OF SECTZON
Revision Log
DAT� NAME SUMMARY OF CHANGE
10/12/12 D. Johns�n Modified Location of City's Standard Product List
3/9/2020 D.V. i�agafia �e�oved i�eference #o Buzzsaw and noted that the Ciry approved pE•oducts list is
accessible through the Cily s websit�,
CTTY OF FORT WORTH CIT7'WIDE STORM i]RAIN TMPROVE1ViENTS
5`PRNDARD CONS7RUCTION SYECLFICATION DOCiJMFNTS CITY PROIECT NO. I Q0092
Revised HIarch 9, 202D
Oi G600- l
PRODUCT STORAG� AiVD 1-IAI+IDLING ]t�QiIIREI�fEN't'S
Page l of 4
SECTIOlV �1 66 00
PROI7UC'�' STORAGE AND HANDLING REQUIRENIENTS
PART1- GEN�RAL
1.7. SUMMARY
A. Section Includes:
1. Scheduling of product deli�ery
2. Packaging of praducts far delivery
3. Protecfion of produc�s against damage from:
a. Handling
b. Exposure to elements or harsh environrr��nts
B. Dev�ations fi•om this City of Foi�t Worth S.tandard Specification
1. None.
C. Related Speciiication 5ecfions include, l�ut ace not necessarily limited ta:
f. Division 0— Bidding Require m�i�ts, Contraci Forms anci Conditions of the Contract
2. Division I— Genet•al Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurenien# and Payment
]. Work associated with fhis Ttem is considered subsidiazy to the various Items bid,
Na sepat•ate payment will be allowed for this Item.
i.3 RE�ER�NCES [NOT US�D]
1.4 ADMINISTRATIVE REQUIREM�NTS [NOT USED]
�.5 SUBMITTALS �NOT USED]
1.6 ACTION SUBMITTALS/INPORMATIONAL SUBMITTALS [NOT US�D]
1.'i CLOSEOUT SUBM�TTALS [NOT USEll]
l.$ MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
�.9 QUALITY ASSiTRANCE [NOT USED]
110 DELIVERY AND HANDLLNG
A. Delivery Requi�•ements
1. Schedule delive�y of products or equipment as required to allaw tiinely installation
and to avoad prolanged storaga.
2. Provide app�•opriate persannel and equipment to t•ecei�e deliveries.
3. Delivery trucks will not be pertnitted to wait extended pertods oftime on the Site
far pers�nne] or equipment to recei�e the delivefy.
C1TY OP FOI2T WOR'1'H Cl'I'YW[q$ STORM DRA1N 111�PROVEMENTS
STANDARd CONSTRUCTIQN SP�CIFICATION DOCUMENTS CITY PRb7ECT NO. I p0092
Revised July 1, 20ll
U16600-2
PRODUCT STdRAGC ANI7 HANDLING REQUIREMENTS
Page 2 af A
4. Deli�er products or equiprnent in manufacturer's original unbroken cartons or othei•
containers desig�ed and constructeci to pratect the cantents from physicaI or
environmental damage.
S. Clearjy and fitlly enark and identify as to manufacturer, item and instatlation
locatian.
5. Pro�ide manufacturer's instructians for storage and handling.
B. Handling Requirernents
1. Handle products or equipment in aceordance witiz these Co:ntract Documents and
manufacturer's recommandafions and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturei's recammendatians and
requirenients of these Specif-ications.
2. Make necessary pravisions for safe storage af materials and equipmen�.
a. Place �oose soil materials and materials to he incorporated into Work to ptevent
damage to any part of Work or existing facilities and to maintain free access at
alI �imes to all pai�s af Work and to utility s�rvice company ins#allations in
vicinity of Woz'k.
3. Keep materials and equipment neatly and compactly stared in locatiQns that wil!
cause minimum inconvanience to other contractors, public travel, adjoining owners,
tenants aad accupants.
a. Arrange storage to provide easy access for inspect�on.
4. Restrict storage to areas availabie on canstruction site for storage of material and
equipment as shown on Drawings, or approved by City's Froject Represer►tative.
5. Provide off-site storage and proteciion when an-site storage is not adequate.
a. Pravide addresses of and access to off-site sto�•age iocations for inspectio�t by
City's Froject Representative.
6. Do not use lawns, grass plots o!r other private property for storage �aurposes without
written permission of ownet- or othar person in possessian or conta'al pf premises.
7. Sto�•e zn manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along liiie of
Work to avoid inconvertie.nca and dam�ge to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and pri�ate d�'i^veways and street erossin�s open.
] 0. Repair or replace damaged lawns, sidewalks, stree�s or other improvements to
sa�isfaction of City's Project Representative.
a. Total length which materials rnay be distributed along route of construction at
one time is 1,00� linear feet, unless otherwise appror�ed in writing by City's
Proj ect Representative.
CITY OF FOAT WORTH CI`1'YWID� STORM DRAjN IMFTtOVEMENT5
STANI]AAD CONSTRiTCTTON SPECIFICATIDN I]OCi7MENTS CITY PR07ECT NO. fflD092
Aavised July I, 20.11
026G00-3
PRODUCT STORAGE AND IIANDLRVG REQUIREME3VTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT IISED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - E�ECYITXON
3.1 1NSTALLERS [NOT USED]
3.2 EXAMLNATI�ON �NOx IISED]
3.3 FREPARATIDN [NOT IISED]
3.4 ERECTION (NOT USED]
3.5 REPAIR 1 RESTORATION [NOT US�Dj
3.6 RE-I1V�TALLATiOl�i [NOT iTSED]
3.7 FIELD [nR� SZTE QUALITY CONTROL
A. Tests and Inspecfions
1. Inspect all products ar equipment delivered to the site prior to unloading.
�. Non-Conforming Work
1. Reject aIl products or equipm�nt that are darriaged, used or in any other way
unsatisfactory �oi� use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUS'I'ING [NOT USED]
3.10 CLEAN�NG [NOT LT��D]
3.11 CLOSEdUT ACTIVZTIES [NOT iTSED]
3,12 PROT�CTION
A. PratEct all products or equipmant in accord�nce with manufacturer's written directions.
B. Store products ar equipment in locatian to avoid physica! damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacture��.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
�ND OF SECTION
C1TY OF FOIZT WORTH CITYWIDE STOE2M nRAIN IMPROVEMF�'1�IT5
STANDARD CONSTRUCTION SPECIFICATION DdCU3vI�NTS CITY PROJECT NO, 100092
Revised duly l, 20l 1
01 b600-4
PRdDUCT S'I'DI2AGE A]VD I�IANl7Lp�G REQiIIRL•,M�NTS
Page 4 of4
Revision Log
DATE NAME SUMMAItY OF CHANGE
C7TY QF FORT W012'I`H CITYWIDE STORM DRAIN I[vIl'ROVEMENTS
STANDARD CONSTRLJCTION SPECiFICATIOI�I pOCUIWENTS CITY PR07ECT NQ. lOQD92
Revised July 1, 20l 1
fl � �a aa - �
MOBILIZATION AND REMOgILIZATIOIV
Page 1 of 4
2
3 PART1- GENERAL
SECTION 017U 00
MOBILTZA'I'ION AND REMOBILIZATION
4 11 SUMMARY
5 A. Sec#ion [ncludes:
b
7
8
9
10
11
12
l3
14
15
lb
17
18
i9
20
2l
22
23
24
25
2G
27
28
29
30
3l
3.2
33
34
3S
36
37
38
39
40
4l
42
43
44
1
2.
NIoE�ilizatlon a[.tid Demobilization
a. Mabili.zation
l} Trans}�ortation of Coniractor's personne[, equipment, and operating suppIies
to the Site
2) Establisfunent of necessary general facilities for the Contracto�''s ope�-ation
at the Site
3) Premiums paid for performance and paymat�t t�onds
4) Transportation af Cont�•actor's personnel, equipment, and operating supplies
to anatl-�er location within the designated Site
5) Relocation of necessary genei•al faciEities fo� the Contractor's aperatian
fi•om 1 location to anothez' location on the Site.
b. Demobilization
1) Teansportation of Contraetor's �ersonnel, equipment, and ope�•ating snpplies
away fa'om the Site inc[uding disassembly
2,) Site Clearr-up
3) Remova[ of a[I buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilizatian da not include activities for specific iterns of
work that are for which payment is provided elsewhere in #he contract.
Ret�n nbilization
a. Remabilization for Suspension of Work specifically z�equired in the Conh•act
Documents ar as required by City includes:
1) Demobilization
a) Transportation csf Contractnr's personne[, equipment, and operating
supplies from the Site inclucting disassembly or terriporarily securing
ec�uipment, supplies, and other facilities as designated by the Cont�'act
Documents necassary to suspend the Work.
b) Site Clean-up as designated in the Contract Doeu�nents
2) Remobilization
a) TransparCation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to i•esume the Work,
b) Establishment of necessary general iacilities for the Contracctnr's
operation at the Site necessazy to resume the Work.
3) No Payments wil] be made for:
a) Mobilization and DemoUilization from one location ta another on the
Site in the no��mal pi•ogress of pei-Forming the Work.
b) Stand-by ar idla time
c) Lost profits
CITY OF FORT WORTH CI"["YWIDE STOl2M DRAIN IMPROVEMENTS
STAIVDARD CONSTRCTCTION SPL,C[FICATION DOCUM�NTS CITY PROJECT NQ. 100Q92
Revised Novem6er 22, 201b
017000-2
MOBILIZATION AND REMOBILIZATTON
Page 2 of A
1 M�bilizations and Demobilization for Miscellaneous Projects
2 b. Mabilizatian and Demobilization
3 1) Mobilizatian shall consist nf the activities and cost on a Wark Order basis
4 necessary for:
5 a) Transportation of Contractor's personn�l, enuipment, and operating
6 supplies to the 8iie for the issued Worlc Order.
7 b} Establishment of necessary genaral faeilities far the Contractor's
8 Qpet•ation a� the Site �or the issued Work Order
9 2) Deinohilization shall consist of the activiiies and cost necessazy for:
ifl a) Transpoi�tation af Contractar's personnel, enuipment, and operating
11 supplies fram the Site including disassembly for each issued Work
l2 Order
l3 b) S.ite Clean-up for each issued Work Ordet-
14 c) Remov�l of a!1 buildings oj' other facilities assembled at the Site for
1s eacls Wo�•k Oder
16 c. Mabilization and Demobilization do not inelude activities for specific items of
17 vvorlt for which paynsent is provid�d elsewherc in the conbract.
I8
19
20
21
22
3. Exnerg�ncy Mabilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Proj�cts when directed hy the City and the
mnbilization occurs within 24 hours ofthe [ssuance of the Work Order.
B. De�iations from this City of Fort Worth Standard Specifcation
l. None.
23 C. Reiated Specification Sectians include, but are not necessarily limited to:
2�4 1, Di�ision 0— Bidding Requirements, Cantract Foz-ms and Conditions of t�e Canfxact
25 2. Divisian 1— Gen�ral Requirements
2G 1.� PRICE AND PAYMENT PROCEDURES
27 A. Measuremer�t and Payment
28 1. Mobilization and Demabilization
29 a. Measure
30 1) This item for WaterlSewe�' improvements is c�nsidered subsidiary to the
31 variaus Items bid.
32 2) "Mobilization — Pat�ing," "Ma6ilization — Drainage,'° and/or "Mobilization
33 — PavinglDrainage" will be measured by the lump sum or each as the wark
34 plO�f'�55�5. Mabilization is calculated on the base bid only and will not be
35 paid for s�parately on any additive alternate items add�d to tb� Cantract.
36 3) Demohilization shall be considered subsidiary to the various bid items.
37 b. Payrnenf
38 1) The work pei�ormed and materials furnished in accordance with this Item
39 far Water/Sewer impro�ements are su6sidiary to t�e various Items bid and no
4� otl�er compensation will be allowed.
43 2� "MQbilizati�on — Paving," "Mobilizaiian — D�•ainage," and/or "Mobilization
42 — Par�ing/Drainage", the adjusYed Contract amount will be calculated as the
�3 total Contraci atnount fQr paving, d7•ainage or pa�ingldrainage improvements
44 less the lump sum for mobilization. Mobilization shall be made in partia.{
45 payments as follows:
CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPl20VEMENTS
STA7�C]ARD GONSTRUCTION SPEC�'ICATION DOCUMENTS CITY PRd7ECT NO. ]00092
Revised Nor+ember 22, 2016
017000-3
MiIIIILIZAT[ON ANU REMOBILIZATIDN
Page3 of4
1 a) When f% of the adjusted Co�tract atnount for cons:tr�ction Items is
2 earned, 50% af ihe mobilization Iump sum bid will be paid.
3 b) When 5% of the adjust�d Contract amount for construction Items is
4 earned, 75% of the mobilization lump sum bid wi11 be paid. Previaus
5 payments under the Item will b� deducted froin this amount.
� e) When 1Q% ofthe adjusted Cont��act arnount foc• constr�xction Items is
7 eained, 1.OQ% ofthe mobilization Iump sum bid will be paid. Previous
S payinents unde� the Item will be deducted fi•om this amount.
9 d} A bid containing a total for "Mobilization" in exeess oi 14% of total
16 paving, drainage or paving/drainage contract shaIl be �onsidered
1 I unbalanced and a cause far consideration af rejection.
12 3) The wnrk pet-farmed and matarials furnished for demobilization in
13 accordance with this Item are subsidiary to the various Items bid arid no other
14 cotnpensatian will be a[lowed.
15
I6
I7
18
19
20
21
22
23
24
25
26
27
28
2. Remobilizatian for suspension of Worlc as specifcally requi�•ed in the Contract
Documents
a. Measurernent
1) Measurement for this Item sE�all be pef• each remobilizatian performed.
h. Payment
1) The work performed and rnaterials iurnished in accordance with this Itern
and m�asured as provided under "Measurem.ent" will be paid for at the unit
price per E�CI1 "�pecified Remobilization" in aceordance with Contract
D ocumen�s.
a The price shal[ include:
I} Demobilization as described in Seetion 1.1.A.2.a.1)
2) Remabilization as described in Section Z.I.A.2.a.2}
d. No payments will be made for standby., idle t[me, ar lost profits associated this
Item.
29 3. Aemobilizat�on for suspension of Wor[c as required by City
30 a. Measurement and I'ayrtz�nt
3l 1) This shap be submitted as a ContracC Claim in accordance with Article 10
32 of Sectian 00 72 00.
33 2) No payments will be made for standby, idle time, or lost prvfits associated
34 with this Ttem.
35 4. Mobilizations and Demobilizations for Miscellaneous Projects
36 a. Measurement
37 1) Measurement far this Item shall be for each Mobilizatian and
38 Demobilization required by the Contract Doctunents
39
40
41
42
43
44
45
4G
47
48
49
b. Payment
1) The Work perfa•nied and materials furnished in accorcfance wi�h this Item
and measured as provided under "Maas�rement" will be paid for at the unit
price pe�' each "Work Order Mobilization" in accordance with Contract
Documents, Deznobilization shalt be considered subsidiary ta mobilization
and shall not be paid for separately.
c. The price shall include:
l) Mobilization as described in Saction I.1.A.3.a.1)
2) Demo.bi]ization as described in Section 1.1.A.3.a.2j
d. No payments will be made for standby, idle time, or lost proiits associated this
Itein,
C1TY Oi' FORT WORTH CITYWIBE STORM DR�11PI 1MPAbVBIv1EN'I'S
ST/�IDARD CONSTRilCTION SPEC�ICATIQi�f DpCUMENTB C['CY PRO.T�CT NQ. 1 �0092
Revised Nouernber 22, 2p l6
oi �aaa-a
MOBILIZATION AI+ID RFIvIOHILIZATI�N
Page 4 of 4
1
2
3
4
5
G
7
8
9
1D
Il
12
I3
I4
I5
1G
l7
ra
19
2�
21
22
23
24
25
26
S. Emergency Mobilizations and Demo6iIizations for Miscellaneous Projects
a. Measuz•ement
1) Measurement for tk�is Item shall be for each Mobilization and
Demobilization �•equired by the Contract Documents
b. Payment
L) The Work performed at�d matet•ials furnished in acc�rdance with this Item
ar►d measuj•ed as provided under "Measurement" will be paid fo�' at the unit
price per eac�► "Work Order Emergency Mobilization" in accorda.nce with
Contract Documents. Dernobilization shall be conside�•ed subsidiary to
mobilizatian and shall n�t be paid for separately.
c. The price sktall include
l) Mnbilization as described in Section 1.1.A.4.a)
2) Demobilization as described in �ection 1.1.A.3.a.2}
d. No payments will be rnade for standby, idle time, ar iost profits associated tl�is
Item.
1.3 REFERENCES [NOT USED]
1.�4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUSMTTTALS {NOT U�ED]
1.6 rNFORMATIONAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
1.9 QUALITY ASSURANCE [NUT USED]
1.10 DELI'VERY, STORAG�, AND HANDLING [NOT USEDj
1.11 ��ELD [SITE] CONDITION� [NOT ZTSED]
1.1� WARRANTY jNOT USED]
PART � - PRODUCTS [NOT USEDJ
27 PART 3- EXECUTION [NOT USED]
28
24
END O�+ S�CTION
Revision L�g
DAT� NAME SUMMAItY OF CHANGE
1 1/22/1 b Michae! Owen ��Z P''ice a��d Payment Procedures - Revised specification, including blue text, tQ
raaEce specification ilexible for either suUsidiary or paid Uid item for Mobilization,
30
CITY DF FOAT WORTH
STANDARI7 CO1��TRUCTION SPECIFICATION DbCUMCNTS
itevised 3Vovember 22, 2016
CI'I"YWI�� STORM DI2AIN IMPROV�MkNTS
CITY PR07ECT Nd. f OQ032
0.1 71 23 - 1
COI+ISTRUC'f'ION �TAKING ANI] SURVEY
Page 1 of 8
SECTIOlv �1 7123
CONSTRUCTION STAKING AND SURVEY
�ART 1- GENERAi,
L1 �UMMARY
A. Section Includes:
Requirements for construction staking and canstt'uction su1•vey
B. De�iations fi•om this City of Fort Worth Standard Speci�ication
1. None.
C. Related SpecificatiQn Sections [nclude, but are not necessarily limited tn:
1. Division 0— Bidding Requirerrz�t�ts, Cont��act Forms and Conditio.ns of the Contract
2. Di�is�nn 1-- General Rec�uirements
1.2 PRICE AND PAYMENT PROC�DXTRES
A. I�ileasurement and Payrnent
1. Construction Staking
a.
b.
c.
Measurement
1) Measur•ement fo�• this item shall be by lump svrr�.
Payment
1) Th� work perfarmed and the raat�rials furnished in accordance witli this
Itern shall 6e paid for at tl�e Iusnp sum price bid for `°Constructian Staking".
2) Payment for "Construction Staking" ahall be made in partial payments
prorated by wo�'k completed compared to t�afal work included in the Iump
sum item.
The price bid shall includ�, but not be limited to the #ollowing:
I) Vei•ificat�on of control data pro�ided by City.
2} Placement, maintenance and replaceinent of required staf�es and marlcings
in the �eld.
3) Preparation and subinittal of const�•uction staking documentation in the
form af "cut sheets" using the Ciry's standard ternplate.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payinent
1) The work perfof�med and the materials fiu•nished ir� accardance with this
Item are suhsidiary to the various Itenls bid and no other compensatian wiIl be
allowed.
3. As-Built Survey '
a. Meas�rement
1) Measurement for this ltetn shall be by lurrrp sum.
b. Payment
1) The �vork performed and the materials furnished in accordarice with this
Ttem shall be paid for at the lump sum price bid for "As-Huilt 5ut`v�y".
CITY OF FORT WORTFI CITYWIDE S'1'(7ItM DAAIN IMPRQV�MENTS
STAhIDARD CONSTRUC'I'fON SPECIFICATIQN DDCUMENTS CITY PR07CCT NO. 1D0092
Reviscd rebruary 14, 2018
Q.1 71 23 - 2
COl+iSTRUCTION S"I'AKING AAfU Si�RVEX
Page 2 of S
2) P�yment for "Const��uction Staking" shall be made in partial payments
prarated by worlt completed cotr�pared to total work included in the jump sum
item.
c. The price 6id shall include, hut not be limited to tha following::
1) Field measurements and survey shots to identify location of completed
facili�ies.
2) Documentation and submittal of as-6uilt survey data onta contractor redfine
plans and digital suivey files.
1.3 REFERENCES
A. Definitions
1. Construction Suivev - The sui'vey measurements made priar ta or while
construction is in progress to control eSevaCion, horizontal posiYion, dimensions and
conf guration of structureslimpravements included in �tlie Praj ect Drawings.
2. As-buiit Survev =The measurements made after tl�e constructian of the
improvsment features are eamplete to pro�ide position coordinates for the features
of a proj ect.
3. Construction Stakin� — The placement oi stakes and marki�gs to provide ofFsets
and elevations to cut and fill in order to locate on the ground the designed
structureslimprovements included jn the Project Dra�ovings_ Construction staking
shall includ� staking easements andlor right of way if indicated on the plans.
4. Survey "Field Checks" —11�Ieasurements made after construction stalcin� is
�ompleted and before const�•uction work begins ta ensure fhat siructures marked on
the graund a�'e acaurately located per Pra�ect Drawings.
B. Technical R�ferences
1. City of Foi� Worth — Co�st�uctian Staking Standards (available on City's Buzzsaw
website) — D I 7123.16.01_ Attachment A�Suivey Staking Standards
2. City of Fai� Worth - Standard Survey Data Collector Libraiy (f�} fl�s (available
on City°s Suzzsaw �vebsite).
3. Te�s Department oFTransparYation (T�DdT) Survey Manual, �atest revision
4. Texas 5ociety of Professiona! Land Surveyors (TSPS}, Manual Qf Pt•actice for Land
Sun+eying i� the State oi 1'exas, Category S
1.4 ADMINISTR.A,TxVE REQUIREMENTS
A. The Cnz�tractor's sel�ctiou of a surveyor musi comply wit� Texas Government
Code ���4 (qaali�cations based selection) far this project.
1.S SUBMITTALS
A. Submitkals, if required, shall be in accardance with 5ection O 1 33 00.
B. All submittals shall be recei�ed and reviewed by the City prior to delivery af work.
1.6 ACTION SY7BMITTALSIINFORMAT�ONAL SUSMITTALS
A. Field Quality Control Submittals
CITY O� T'O1tT WORTI-I CITYWIISE STOTZM DRAIN IMPROVEMEIVTS
STANDAItD CONSTAUCT[ON SPECIFICATIpN DOCUMENTS CI'I'Y PR0IECT' Nt�. 100d92
lieviscd Tebt•u�Fy 14, 2018
017I23-3
CQNSTRUCTION STAKING AND 5URVEY
Page 3 pf 8
1. Documentation verifyi»g acc�racy of field engineering work, including coordinate
eonversioils if plans do not indicate grid ort• grouiid coordinates.
2. Su6mit "Cut-Sheets" conforming to the standard t�rnplate pro�ided by the City
(��efer ta O 1 7l 23.16.01 — Attachment A— Survey Stalting S.laudards).
i.7 CLOSEOUT SiTBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting th� locations/elevations of
canstructed irnprovements signed and sealed by Registered Professio�al Land
Surveyor (RPLS) responsiUle for tl�e wor�C (refer to O1 71 23.1 b.0 I— Attachrnent A
— Survey Staking Stanc�aids) .
2. Contractai• shali submiC the proposed as-built and completed redline drawing
submittal one (1) r�veek prior to scheduling the pi•aject �inal inspection for City
review and comment. Revisions, if necessary, sha[1 he itnade to the as-huilt redline
drawings and resubmit�ed to the City prior to schednling the construction fnai
inspectian.
1.8 MAINTENANCE MATERIAL SIIBII+IITTALS [NOT USED]
1.9 QUALITY ASSLIRANCE
A. Construction Staking.
1. Canst���ction stak[�g will be performed by the Contractor.
2. Coordination
a. Contact City's Pt•oject Rapresentative at least ane week �n advance notifying
the City of when Const�v.ction Staking is scheduled.
b. It is the Contractor's responsibi�ity to coordin�te staking such that
construction activities are not delayed or negati�ely impacted.
3. General
a. Con#�•actor is r�sponsi6le for preserving and maintaining stakes. If City
sue�eyors are required to re-stake for any reason, the Contractor will be
responsible for costs to pez'form staking, If in the opinion af the City, a
suffioient number of sta[�es o�� imarkin�s have been ]ost, dest�•oyed disturbed or
arnitted that the contracted Work cannot ta[ce place then the Contractor will be
required to stake or re�stalce the deficient area�.
B. Cnnstruction Survey
I. Constc•uction Survey wi12 be performed by the Contracfor.
Coordination
a. Contractor to verify that horizonta[ and vertical control data established in the
design sur�ey and required for c�nstruction sur�ey is a�ailable and in place,
General
a. Construction su►vey will be perfortned in order to construct the work shawn
on the Consti•uetion Drawings and specified in ihe Contract Documenfs.
b. For consta'uetion methods other than open cut, the Contractor shall perform
constructian survey and verify control data ineluding, but not limited to, the
following:
I) Verif�eaf.ion that established bencfunarks and con�ro.l are accu�ate.
C1TY ClP FORT WORTH CITY4VIDE STORM DR�1IN 1N1I'12[�VBMEIYTS
STANDARD COAISTRUCTION SPECTFTCATION DOCLTME�TS CI'I'Y PE�OJECT Np, 1OD092
Revised Fe6ruai•y L4, 2D18
017123-4
CON5'I'RUCT[ON STAKING AND SURVCY
Page A of S
2) Use af Benchmarics to furnish anci maintain all ref�rence lines and grades
for tunneling.
3) Use af jine and g�•ades to establish the lacation of the pipe.
4) Subrnif to the City copies of feld notesused ta establish all lines and
grades, if requested, and allow the City ta check guidance system setup priar
ta beginning each tunneling drive.
5) Provide access for the City, if requesied, to verify the guidance systern and
the line and grade of the c.arrier pipe.
6) '�"he Con�•actor remains fully respo�.sible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as ou�lined in
5ections 33 OS 23 andlor 33 O5 24}, immediately notify the City and correct
the installation in accordance wi�h the Cantract Documents.
C. As-�uilt Sutvey
1. Required As-Built Survey wi116e perfarrned by the Contractor.
2. Coordination
a. Cantractor is t� coordinate wzth City to con�rm which features req�.ure as-
built surveyin�.
b. It is the Contr�ctoi's responsibility to coordinate the as-built survey and
required measurements fo�' items ihat are to he buried such that constcuction
activities are not delayed or negatively impacted.
c. For sevver rnains and water mains 12" and under in diazneter, it is acceptable
to physicalfy ztaeasure dapth and mark the location during the progress of
constructian ar►d take as-built survey after the facility has been buried. The
Contt•actor is responsible for the quality control n�eded to ensure accuracy.
3. G�neral
a. The Contractor shall pro�ide as-built sur�+ey including the elevatian and
location (and provide written documentation to th� City) af construction
f�atures during t�e progress of the ean�tru�tion including ihe following:
1) Water Lines
a) Top of pipe elevations and cnardinates for wa#e�•lines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) HorizontaJ and vertical points of inflection, curvature,
etc.
(3) Fire line tea
(4} Plugs, stub-auts, dead-end lines
(5} Casing pipe (each end} and all buried �ittings
2) Sanitary 5ewer
a) Top af pipe elevations and coordina#es for force mains and siphan
sanitary sewer lines (non�gravity facilities) at the follawin.g locations:
(1) Minimum every 250 lin�ar fe�t and any btuied fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stortnwater — Not Applicable
C1TY OF FORT WOk2TH CiTYW[DE STOAM DRAl1V IMPROVEMEPTTS
STANDARA CONSTRUCTION SPECiFICATION DOCUMEIVTS CiTT' PRQ7ECT AiO. 100U92
Revised �'ebruaiy 14� 2DI8
O17123-5
CONSTRUCTION STAKi1VCi A7VD SiIRVEY
Page S of 8
b. The Contt•actar shall provide as-built su.�•vey ir�cluding the elevation and
location (and pravide w��itten documentatian to the City) of construction
features after the constrqetion is completed including tlse following:
1) Manholes
a) Rim and flowline ele�atiarts and coordinates for each manhoIe
2) Water Lines
a) Cathodic pi•oteetian test stations
b) Sampiing stations
c) Meter bo.xes/vaults {All sizes)
d) Fire hydrants
e) Valves {gate, 6utt�rfly, etc.)
� Air Release valves (Man.hnle r1m and vent pipe}
g} Blow off valves (Manhole rim and valve lid)
h) Pressure plane �ralves
i) Underground Vaults
(1) Rim arid flovaline �levations and coot•dinates for each
Llndergt•aund Vauli.
3} SanitaFy Sewer
a} Cleanouts
(1) Rim and flowline elevations and eoardinates far each
b) Manholes and Junction Structures
( I) Rim and flo�vline elevatians and coordinates for each
manhole and junntion structure.
4} Stormwater -- Not AppIicable
1.10 DEL�VERY, �TORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] C4NDiTIONS [NOT USED]
1.1 � W ARR.ANTY
PART�- PRODUCT�
A. A construction survey will produce, but will not be lir�ited to:
]. Recoveiy of relevant coiitrol points, points of curvature and points of intersection.
2. Establish temporary hor�zontal and vertical control elevations {benchmat•[cs)
sufficiently p�rtnanent and located in a manner to be used throughout construction.
3. The locatipn of planned faci�iti�s, easements and improvernents.
a. Establishing final line and grade stakes foi• piers, floors, grade beams, parking
areas, utilities, streets, highways, tunn.els, and other construction.
b. A record of re�isi�ns or correetions ttoted in an ordeely manner for reference.
c. A drawing, when required by the clie�at, indicating the ho.rizontal and vertical
location of iacilities, easements and improvements, as bui[t.
4. Cut sheets shall be provided to the City inspectar and Suivey Superintendent far alI
const�•uction staIcing projects. These cut sheets shall be on the standard city tempIate
which can be ot�tained from fhe $urvey Superintendent (817-392-7925}.
S. Digital sLuvey files in the follawing fot'mats shall he acceptable:
a, AuiaCAD (.dwg)
b. ESRI Shapefile {,shp}
CTfY O]' FORT WORTH CITYWIDT� S.TORMDRAIN IMPRDVEMENTS
STANDARD CONSTRUCTIQAI SPECIF[CAT30N DOCUMENTS CITY PR07ECT1+10. 1OD092
Revised February 14, 2Q18
p17123-G
CONSTEtUCTION STAKIIVG AND SiJRVEY
Page b oF 8
c. CSV file (.csv), formatted vvith X and Y coordinatee in separate columr:s �u��
siandard temglate�, if availablel
G. Survey files shall incjude vertical and horizontal data tied to or.iginal pcojeet
control and benchmarks, and shall inc�ude feature descriptions
PART 3 - T_{.XECUTION
3.1 INSTALL�RS
A. Tolerances:
'I'he staked loca#ion of any improvem�nt ar facility sl�auld be as accurate as
practic.al and necessary. Th� degrea of precision required is dependent on many
factors all of which must remain jutigmantal. The tolerances listed heraa$er are
based on gene�•alities and, under ccrtain circumstances, shall yield to sp�cific
requirements. The surveyor shall assess a�y situatian by review of the averall plans
and through consulta�ion vvi.fh ►•esponsible parties as to the need for specific
toferances.
a. Ea�•tk�work: Grades for �aril�work or rough cut should nat exce�d 0.1 ft. vertical
tolerance. Horizontal alignnnent for earthwork and rough cut shoufd not exceed
1 A ft. tolei•ance.
b. Horizontal alignment on a stcucture sha11 be t�vithin .O. lft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking aseas, drives, alleys anti
walkways s�all be located wi#hin the con%nes oithe sit� boundaries and,
occasionally, along a boundary or any other restrictive lirie. Away fi�om any
resttictiv e line, th�se facilities should be staked with an accuracy producing no
rnore than O.Q5ft. talerance fi•om their specified locations.
d. Under�aut�d and overhead utiiities, such as. sewers, gas, water, telephone and
electric lines, shall he located horizontaIjy within thei�• prescri6ed areas or
easements. Within assigned a��eas, these ui'tIities should be s#akec� with an
acctiu'acy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy requij�ed for the �ei�ical loeatian af utiljties varies widely. Many
underg�•ound utilities require only a minimum cover and a tolerance of O.l f�.
should be maintained, Underground and overhead �tilities on planned profile,
but nat depending on gravity flow for performance, should not exceed 0.1 $.
tolerance.
B. Surveying instruments shall be kept in clase adjustment according ta manufacturer's
specifioations or in compliance to standat'ds. The �ity reserves the right to r�quest a
calibration report at any time and recammends regular maintenance sehedule be
performed by a cei�tified technician every b rnanths.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the clostues and tolerances expressed in Pa��t 3.1.A.
2. Vet�ical locations shall be estabIished ft�om a pre-established benchrnark and
checked hy closin� to a different bench mark on the same datum,
3. Construction survey �eld work shall con•espond to the clien.t's plans. Irregularities
or conflicis found shall he reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
C1TY OF FO1ZT �VOR'FH CITXWIDE STORM DRA1N ]H�fPItOVEMENTS
STANDARD CONS'I'l2LFCTION SPECIFICATION bOCilM�NTS CITY PROIECT N�. 100092
Revised l+ehruary 14, 201g
Q17123-7
CO�N51"Et[1CT[ON STAKR*TG AND SURV�Y
Page 7 of 8
3.2 EXAMINATION �NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.S REPAIR 1 RESTORATION
A. If the Cantz-actor's work da�nages or destroys one or more of the control
monuments/points set by the City, the �nonum�nts shall 6e adequateIy refe�•enced �or
expedient restaration.
], Natify City if at�y control data needs to be f•estored or replaced due to darnage
caused during const��uciion aperations.
a. Contt�actor sliall parform replacements and/or restorations.
b. The City may requi��e at any time a suivey "Fie1d Check" of an�r rm4nument
or benchmarlcs that are set be �eri�ied by the City surveyors before further
associated woi•1c can move forwai•d.
3.6 RE-YNSTALLATION [NOT US�D]
3.7 FIELD �ox] SITE QIIALITY CONTROL
A. It is the Contt•actpr's r�sponsibility to maintain a[I stalees and conteol data p]aced by the
City in accorda.nce with this Spec�tical:ion. This incltides easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes pr contral data without approval from the City.
3.8 SYST�IVI STARTUP
A. Survey Checks
1. Tl�a City reserves the right to perfo�m a S�trv�y Check at any tirne deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are nQt intended to
relie�e the contractor of hisfher responsihility for accuracy,
3.9 ADJi7STING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOTJT AC:'1'IVITIES [NOT USED]
3.12 PR�TECTION [NOT US�D]
3.13 MAINTENANCE [NOT i7SED]
3.14 ATTACHMENTS [NOT USED�
�ND OF SECTION
Revision Log
C1TY O}� FORT WORTH CITYWIDE STORM DRA1N IMPROVLIv1ENTS
STANDARD CONSTRLJCTION SYECiF1CAT[ON DOCUMEIVTS CITY PROJT.CT NO. 100092
Nevised Fchruary 14,2018
417123-8
CONS�'IZUCTIQN STAKING Al+l� Si1RVEY
Page 8 of 8
DATE NAME �Z.TII�IIVIARY OF CHANGE
8/31/2012 D. Johnson
Added i��steuc#ion and modified measurement & payinent under I.2; added
8f31/2017 M. Owen de.finitions and references under 1.3; modified 1.6; added 1.7 closeout submiital
requirements; modified 1.9 Quality Assurance; addedPART2—PRODiJCTS ;
Added 3.1 �nstallers; added 3.5 Repair/Restoration; and added 3.8 Systero Startup.
Removed "blue cext"; revised maasut�ment and payment sections for CQnstructioi�
Staking and As-Buift 5wvay; added reference to selectian eompliance with T'GC
2/14/2418 M flwen 2254; revised actian and Closeout suhmittal requirements; added scceptable depth
measuremenf criteria; revised list oi items requiring as-built suivey "during" and
"after" eonstruction; and eevised acceptahle digital survey file format
CITY OF FORT WORTH CITYWIDE STORM DRAIN IMPROVEMENTS
STANDAl2D CONSTRUCTION SPECIFICATION DdCUMEN`I'S CIT�' PROdECT Np, 1Qq092
Revised Fehcuary 14, 20i8
01 74 23 - l
CLE:4NIAf G
Page [ of4
S�CTION 01 74 23
CLEANING
PART1- GENERAL
l.l SUMMARY
A. Sectian Includ�s:
1. Intermediate and final cleaning for Wqrk nat including special cleaning af closed
systems spaci�ed elsewhere
B. Deviations from �his City of Fort Warth Statidard Specification
1, Nane.
C. Related Specification Sections include, but af•e not necessarily limited to:
I. Division 0— Bidding Rec�uirements, Contract Fo�•ms and Conditians af the Contract
2. Di�is�on 1-- Genei•al Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAI'1V1ENT PROCEDURES
A. Measurement and 1'ayrnent
1. Work associated with this Itezn is considered subsidiaty to tt�e �arious I#ems b�d.
No separate payment will be allowed for this Item.
1.3 REF.�R�NC�S [NOT T1SED]
1.4 ADMiNISTRATIVE REQUIREMENTS
A. Schedulin�
L. Schedule cleaning operations s� that dust and other cantaminants disturbed by
cleaning pracess will not fall on newly painted su��faces.
2. Schedule final cleaning uppn cnmpletion of Work and immediately prior to final
inspecti�n.
1.� SUBMITTALS [NOT USED]
1,6 ACTTON SUBMITTALSIIN�'O1�MATIONAL SU�MITTALS [NOT iISED]
1,'7 CLC)SEOUT SirSMITTALS [NOT USED]
i.8 MAINT�NANC� iVIATERIAL SUBNIITTALS [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT iTSED}
1.I0 STORAGE, AND HANDLING
A. Storage and Handling I2equi�•ements
1. Store cleaning products and cleaning wastes in containers speci�cally designed f�t'
tl�ose mateeials.
GiTY O�' PORT WORTH C[TYWIDE STORM Df2AIN IMPROVEIvJENTS
STANDARI] CON5TRUCTiON SPECIFICA'F[ON DOCUMENTS CIT'1' PIt07ECT 1+Fq. I QDQ92
Revised July l, 29l 1
ai �a23-2
CLEANING
Page 2 af 4
1.11 FI�LD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART�- PRODUCTS
�,1 OWNER-FURNISHED [o�] OWNER-SUPPLIEDPRODUCTS [N'OT USED]
2.2 MA.TERZALS
A, Cleaning Agents
I. Compatible with surface being cleaned
2, New and uncontaminated
3. For �nanufactured sus•faces
a. Material recotnmendetl by manufactur�r
2.3 ACCE�SORTES [N�T USED]
2.4 SOURCE QUALITY C4NTROL [NOT iTSED]
PART 3 - EXECUTION
3.1 INSTALLERS �NOT U�ED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATI(lN [NUT US�D]
3.4 APPLICATION [NOT USEDI
3.5 REPAIR 1 RESTORATZON [NOT USED]
3.6 RE-INSTALLATTON [NOT USED]
3.7 FIELD [aR] SITE QUALITY CONTROL [NOT i7SED]
3.8 SYSTEM STARTUF [NOT USED]
3.9 ADJUSTING [NOT LTSED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardo.us canditions.
2. Conduct cleaning and disposal operations to comply wifh laws and safety orders of
gove�•�ing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oij or paint thinner in
storm or sanitaiy drains or s.ewe��s.
4. Dispose of degradable debris at an appj�ov�d solicf waste disposal site.
S. Dispose of nondegrada6le debris at an approveti solid waste disposal site or in an
afternate manner approved by City a�d k•egulato�•y agencies.
C[TY OF FORT WORTH CITYWIDE STORM DRA1N 1MPROVEMENTS
STANDARD CONSTRUGTIOI�! SPECITFCATION DC)CUM�I�lTS CITY PRO.lECT ]YO, 1DOQ92
Revised July 1, 2U11
017423-3
CLEANING
Pa;e 3 of 4
b. Handle materials in a conit-olled maniier with as few handlings as passible.
7. Thoroughly cIean, sweep, vtrash and polish aII Work and eq.u�pment assnciated witl�
this project.
8. Remo�e a!1 signs of tempora�y const�'uetion and activities incidental to consta�etion
of r�quired permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
hat�� the c]eaning completed at the expense of ti�e Cont�actor,
10. Do not burn qn-site.
B. Intermediate Cleaning during Cansttuction
1. I�eep Work areas clean so as not to hindel• hea[th, safety or con�enience of
personnel in existing facility op�ratians.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Caver to prevent blowing by wind
b. Stor� debris away fi•om construction or operational activities
c. Haul from si�e at a minimum of once per weelt
�. Vacuurri clean [nterior areas wY�en ready ta z•eceive f nish painting.
a. Continue vacu�m cleaning on aEi as-needed basis, until �'ina] Acceptance.
5. Prior to storm events, tho�oughly clean site of all loase ar unsectu'ed items, �+hich
may become air6oc�ne or t�•ansppt�ed by flowing water during the storm,
C. Interior Fina1 Cteaning
1, Remove grease, mastic, adhesives, dust, dirt, stains, fingerp�•ints, labels and other
foreign �naterials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish g[ossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable iilters if units were aperated
during consfiruction.
b. Clean ducts, binv�ers and coils if un�ts were operatad without fill:ers during
construction.
6. Replace al] 6urned out lamps.
7. Broom cIean pracess area floors.
$. Mop office and coniral roam floo�•s.
D. Exterior (Site or Right af Way) Final Cleaning
1. Remove trash and debris containers fi'o�n site.
a. Re-seed areas disturbed by �ocatioil of trash and debt-is containers in accordance
with Section 32 9,2 13.
2. Sweep roadway to rema�e all rocks, pieces of asphalt, concrate or any other object
that m�.y hindet• or disi•upf �he flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and in[ets.
CIT'Y �F FOR"I' WORTI-3 CITYT�JIDE S'I'OftM DRAIN IMPROVEMENTS
STANDARD CC3I+lSTRiJCTION SP�CIFICATION DOCLIMEIVTS CITY PROdECT NO. I OD092
Revisad 7uly 1, 2Q l 1
O17423-4
CLEANING
Page 4 of 4
4. If no longer required far maintenance of erosian facilities, and upon approval by
City, remove erosion cant:rol from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT US�D]
3.1� PR4TECTION [NOT USED]
3.13 MAZNTENANCE [NOT U�ED]
3.I4 ATTACHMENTS [NOT LTSED]
END OT �ECTION
Revisinn Log
DATE NAME Si��RY OF CHANGE
C1TY OF FORT WORTH CITYWI]JC STORM DRAIN IMP120VE1VIENTS
STANDARD CONSTfiiJCT[ON SPECIF'ICATION I]OCUM�N'I'S CITY PROJECT NO. lflD�92
Re�ised 7uly l, 20l I
ai ��i9.3
CLOSEdUT REQUlREMENTS
Page l of3
1
2
3 PART 1 -� GENII2AL
4 1.1 Si)MMARY
s�cTTON o� 7�r �9
CLOSEOUT REQUIREMENTS
5 A. 5ection Includes:
6 L The procedure far clositzg out a contract
7 B. Deviations fi•am this Cit� af Fo�•t Worth� Standard Specif'icafiion
8 I. None.
9 C. Related Specification �ections include, but ara not nece5sarily limited to:
la L Division 0— Biddic-�g Requiretz�ents, Contract Forms and Conditians of the Contract
lI 2. Divisian. 1—General Requic-ements
12 1.2 PRTCE AND PAYMG+IVV'T PROCIDiTRF��
13 A, Measurement and Payfnent
14 1. Worlc associated with this [tem is co.nsidered subsidiary ta the various Items bid.
15 No separate payment �v [ll he allowed far this Item.
16 1.3 RFFER�CFS [NUT i7SID]
]7 1.4 ADMIIVISTRATIVE HEQCJII2EMElVVTS
18 A. Guara�itees, Bonds and Affidav�ts
19 1. No appl�catinn f�r iinal paymen# will be accepted until all guarantees, bonds,
20 certi�cates, licenses and affdavits requu•ed for Wo��k or equipment as specified are
2I satisfactorily filed with the Cily.
22 B. Release of Liens a�• Claims
23 1. No application for firial payment w ill be accepted until satisfactory e�idence of
24 rclease of liens has be�n submitted to the City.
25 1.� SUBM[TTALS
2�
27
28
29
30
�
32
A. Submit all requ�red documentatian to City's Project Representative.
1.6 IN�'ORMATIONAL �UBMITTALS [NOT U�ED]
1.7 CLOSFAUT SUBMITTALS [NOT USID]
PART 2 � PRODUCTS [NOT IISTD]
C1TY OP FORT WaRTH C7TYWID� STORIVI DRAlI+1 IMPROVENiIEHTS
S'I'ANDARD CONSTR[7GTION SPECIFICATION DOCUM�I�lTS CITY YItO,IE�T NO. 100092
Revised Mazeh 22, 202 t
a� �� is -2
CLOSEOUT REQUIREMENTS
Page2of3
P�RT 3 - EXTCi]TION
2 3.1 INSTALLERS [N4T USID�
3 3.� EXANIINAT[ON [NQT USED]
4 3.3 PREPARAT[ON [NOT i1SID]
5 3.� CL�SEOUT PR�L'L�DURI+�
G A. Prior to requestu�g Final Inspection, submit:
7 I. Project Recard Documents in acco��dance with Section O l 78 39
8 2. Operationand MaintenanceData, if required, in accordance witl� Section 41 78 23
9
10
11
12
13
14
15
lb
17
18
19
20
21
22
23
24
25
2b
27
28
29
3a
31
32
33
34
35
36
37
B. Prior to requesting Final rnspection, perfnrin final cleaning in accordance with Section
Q17�4 23.
C. Fina{ Inspection
l, After fina� cleaning, provide notice to the City Project R�presentai:ive that the Work
is completed.
a. The City will make an initial Fir�al Inspection with the Contractor present
b. L1pon completion of this inspectian, the Ciry will noti�y the Contractot-, in
writing within 10 business days, af any pa�•ticula��s in which thi� inspection
reveals that the Work is defective or incaanplete.
2. Upon recei�ing written notice from the City, ieninediately undertake the Wark
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. The Right-of-way shall be cleared of all construction materiaJs, bar•ricades, and
temparary signage.
4. Upon campletion of Work associated with the items I�sted in the City's written
notice, infortn the City that the required Work has been completed. Upon �•eceipi of
this notice, the City, in the presence af the Contractor, will make a s ubsequent FinaI
Inspection of the project.
5. Prov�de aU special accessaries required to piace each item of equipment in full
operation. These special aecessory items include, but are not limited to:
a. Specifed spa�•e �arts
b. Adequate oil and g�•ease as required for the first lubrication of the eguipment
c. Initial fili up of all chemical tanks and fue� tatiks
d. Light bulbs
e. Fuses
f'. Vault keys
g. Handwheels
h. Other expendable items as required far irutial start-up and operat�on of ali
equipment
38 D. Notice of Project Com�letion
39 1. Oflce the Gity Pro3ect Representative finds the Worlc subsequent to Final Inspection
q0 to be satisfactory, the City wili issua allotice of Project Completion (Green Sheet}.
41 E. SupportingDocumentation
C1TY OF FORT WOR'I'H CITYWIDE STQItM DRAIN IMPROVF.MF.NI'S
STANDAKI? CONSTf�UGTION SPEC�'ICATION QOCUMENTS CITY PROJECT Na. 10�092
Revised March 22, 202 [
01 7719 - 3
CL05�.OL1'1' R�QU[REMENTS
Page 3 of 3
1
2
3
�
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
�
1. Coordinate w ith the City Project Repz•es entative to cornplete the follow ing
additional forms:
a. Final Fayment Request
b. 5tatement of Contract Time
c. Affidavit of Payment and Releas e af �,iens
d. Consent of 5ui•ety to Final Payment
e. Pipe Report {if requi�'ed)
£ Contractor's Evaluatio:� of City
�. Pex•farmance E�aluation af Cont�-actor .
F. Letter of Final Acceptance
1. Upon review and accep�ance of Notice of Project Completion and Supporting
Documentation, in acca�-dance uTith General Conditions, City will issue Lettet• of
Fina[ Acceptance and release the Final Payment Request fot• payment,
3.� REPAiR / RFSTORATION [NOT USID]
3.6 R�INSTALLATION [NOT L7SED]
3.i FIELD raR] STTE QUALITY CONTItOL [NOT iTSED]
3.8 SYSTEM STA.RTUP [NOT U�ID]
3.9 AD,TUSTING [N�T U,SL+'D]
3. I O CLEANING [NOT iTSID]
3.11 CLOSTAUT ACTiVITIES [NOT iTSID]
3.1.2 PROTECTION [NOT iTSID]
313 MAIN�Ei�iANCE [NOT i1SIIl]
3.14 ATTACI311�NTS [NOT USED]
END OF' SECTION
Revision I.og
DATE NAME SUMMARYOF CHANGE
3/22/2021 M Orven 3.4 G. Added language to clarify and emphasize requirement ta "Cleari»g ROW"
�
CITY �F I'ORT WpRT'H
STANDARD CONSTI2UGTION SPECIFICATION DOCUIv1ENTS
Revisecl March 22, 202]
CI"1'YWIDE STORM DRAIN FMP12ClVEMENTS
C['CY PR07GCT NO. 100042
01 78 23 - 1
OPERATIbN .�ND MAINT�NANCE DATA
Page ] of 5
SECTION 01 '�8 23
OPERATI4N AND MACNTENANCE DATA
PART1- GENERAL
l.l. SUMMARY
A. Sectian Inctudes:
1. Praduct data and reiate.d information appropriate for City`s maintenance a��d
operation of products furrushed under Contract
2. Such produets may include, but a��e not li�nited to:
a. Traffic Cont�•ollers
b. I�•rigation Co�rtroIlers (to be ope��ated by the City)
c. Butterfly Valves
B. Deviations from t'his City of Fork Warth Standard Specification
l. Nane.
C. Related Specifcation Sections include, but at•e not necessarily limited to:
1. Division 0— Bidding Requirements, Conti•act Forms and Conditions of the Contraek
2. Division 1-- Genaral Requirements
1.2 PRICE AND PAYMENT PROCED�C)12ES
A. Measuren�ept and Payment
1. Wark associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 R�FERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form ta the City within 30 calendar days of product
shiptnent to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 0.0 . All submittals shall be
appz•oved hy th� City priar ta delivery.
1.6 INT�ORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual foi� use by City personnel.
2. Earmat
a. Size: 8% inches x 1 I inches
6. Paper
1) �40 pound muu��n, white, for typed pages
2) Hales rein%rced with plas#ic, clath or metal
c. Text: Manufactuj•er's printed data, ar neatly typewii#ten
CITY OF' FORT WORTH CfTYWID� STpRM DRAIN IMPROVEMENTS
STANDARD CQN5TRUCTI�N SPECTPIC.d.TION DOCiTMENTS CITY PR07ECT NO. IQ0092
Revised Deeem6er 2d, 2d l2
O l 7$ 23 - 2
OPERATION AND MAINTCIVAIVCE DATA
Page 2 of 5
d. Drawings
1) Pravide i•einforced punched binder tab, bind in with text
2) Reduce lat•ger drawings and fold to size of text pages.
e. �'ro�ide fly-leaf for each separate product, or each piece of nperating
equipment,
1) Pra�ide typed desc.ription of praduct, and major compnnent parts of
equipment.
2) Provide inde�ed talas,
f Cover
I) Identify each volume with typed or printed title "OPERATING AND
I�IAINTENANCE INSTRUCTIONS".
2} Lisi:
a) Title of Project
b) Identity of separate stz�ucture as applicable
c) Identity of general subject matter ca�ered in the manual
3. Binder•s
a. Cornme�•cial quality 3-ring binders with durable and cleanable plastic covers
b. When muItiple binders are used, correlat� the data into related consistent
gt'oupmgs.
4. If available, pravide an electronic fot•m ofthe O&M ManuaI,
B. Manual Content
Neatly typewritten table af contents for each voitune, arranged in systematic order
a. Contractor, name af E•esponsible principal, address and telephone numher
b. A Iist of each product requued ta be incl�ded, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number pf the subcontractor or installer
2) A list ofeaeh product required to be included, indexed to content of the
valume
3) Identify area of responsibility of each
A) Local souree of supply fo�• parts and replacerneni
d. Identify each product by praduct name and other identifying symbo[s as set
foi�th in Contract Documents.
2. Produci Data
a. Inc[ude only those sheets which are pertinent to the specific product.
b. Annotate each slieet to;
l) Clearly ide�tify speci�c product or�pa�� installed
2) Clearly identify data applica6le to installa�ion
3) Delete references to inapplicable information
3. Drawings
a, Supplement product data with draw[ngs as necessary to clear�y illus�•ate:
I) Relat.ions of component parts of eyuipment and �ystems
2} Conh•al and flow diagrams
b. Caord'tnate drawings with information in Project Record Documents ia assure
correct illustration of eamplated installation.
c. Do not use Project Record Dz•awings as maintenance drawings.
4. Written text, as requii�ed to supplement pt•oduct data for the particular installatian:
a. Organize in consistent forinat uqder separate headings for d'lffei•ent procedu�•es.
b. Provide logical sequence of instructions oF each pracedure.
C1TY Ok' �ORT WORTfi CITYWID� STORM llfiA[I�i [MPAOV�.MEIITS
STANDARD CONSTRUCTIOiY SP�C[FICATION DpCUMENTS CITY PROlECT NO. 100Q93
Revised December 2fl, 2D12
O17823-3
OPERATION AND MAINTENANCE �ATA
Page 3 of S
5. Copy oieach wa��ranty, bond and servic� cont�•act issued
a. Provide iiiformation sheet for City peesonnel giving:
1) Proper procedures in e�ent af failu��e
2) Instances which rnight affect va[idity of warranties or bonds
C. Manual for Materials and Finishes
1. Subntit 5 eopies of camplete manua! in �nal form.
2. Content, for at•chite.ctural products, applied materials and finishes:
a. Manufacturer's data, givir�g full inforrr�ation on produets
I) Catalog number, size, compasitian
2) Colo�• and texiure designatians
3) Information required fa�• reardering speeial manufactured products
b. Instrucfions fo�• care and maintenance
1) Mariufacturer's recammendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) R�coz�mended schedule for cleaning and maintenance
Contant, for naoisture pratection an� weather exposure products:
a, Manufactu�•er's data, gi�ing full informatzon on products
1} Applicable standards
2} Chemical composition
3) Details of installation
b. Instructions for inspec#ion, maintenaiice and repair
D. Manual fot• Equipment and Systems
1. Submit 5 eopies of complete manual in final form.
�antent, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operafing characteristics and limiting conditians
2) Performance curves, engfneering data and tests
3) Compleie nomenclature and commercial number af replaceable parts
b. Operating proc�d�res
1) Start-up, break in, rautine and nortnal operating inst��uctions
2} Regulation, control, stappir�g, s�ut-dawn ancf emergency instructions
3} 5ummer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
I ) Routina aperations
2) Guide to "trouble shooting"
3) Disassembly, eapair and reassembly
4) Aligr�rnent, adjusting and checking
d. Servicing and lt�brica�ion schedule
1) List of lubricants required
e. Manufactuz•er's pcinted operating ar�d maintenance instructions
f D�scription af sequence of aperatio.n by control manufacturer
1) Preriicted life of pai�ts subject to wear
2) Itetr�s recominended to be stacl�ed as spare parts
g. As installed contr�l diagrams by cont��ols manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagratns
C1TY OF FORT VV ORTIi CIT YWI17E STOItM DRAIN IMPROVEMENTS
STANDARU CONSTRUCTION SPECIFICAT[ON DOCUM�NTS CETY PRO1i',C'I' NO. 100092
Revised Decern6er20>20[2
aia$z3-a
OPERATION AND MA1iV'1'�,DIANC� DATA
Page 4 oF5
1.
J•
k.
Charts of valve tag nuinbers, with location and fiinction of each val�e
List of o�•iginal rnanufact�u•er's spaf•e parts, manufacturer's current prices, and
recommended quaniities to be inaintained in storage
Other data as required under pertinent Sectians of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Desct�iption af system and cornponent parts
1) Function, normal operating characteristics, and limiting �ondi�ians
2) Performance cuf•ves, engineering data and tests
3) Complete nomenclature and commercial numher of replaceable pat-�s
b. Cireuit di�•ectories of panelboards
1) �lectrical service
2) Controls
3) Communications
c. As installed color coded wi�•ing diagrams
d. Operating p�•ocedures
1) Routine and nor•mal operating instructions
2) Sequences i•equired
3) Special operating inst�uctions
e. Maintenance procedures
I) Rautine a.peratians
2) Guide to "Yrouble shooting"
3) Disassembly, repair and reassembly
�4) Adjustment and checking
F Manufacti.u•er's printed operating and maintenance insiz'uctions
g. List of ariginal manufacturer's spare paets, manufac#uret�'s �urrent prices, and
c•ecor�znended quantities ta be maintained in storage
h. Other data as t'equired under pertinent Sections of Specif'tcations
4. Prepare and include additianal data when the need for such data becomas apparent
during instructian o�' City's peesonnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANC� 1VIATERiAT, SUBNIITTALS [NOT USEll�
1.9 Qi1ALITY ASSURANCE
A. Provide operatifln and enaintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and opet•ation of described products
2. Skilled as technical w�'�ter �o the extent required to communicate essential data
3. Sl�illed as draftsn:i.an competent to p�-epare required di•awings
CITY OF FORT WORTI3 CI'TYWIDE STORNf DRAIN IMf'ROV�MLIITS
ST�INDARd CONSTItUCT1�N SPBCTFICATION DOCUMENTS CT'CY PROJ�CT NO. 100Q92
12evised December 20, 2012
p17823-5
OP�RATION AND MAINTENANCE DATA
Page 5 of 5
1..10 DELIVERY, STORAG�, AND II�iNDLING [NOT USED]
1.11 FZELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT US�D]
PART 2 - PRODIICTS [NOT USED]
PART 3 - EXECUTI�N [NOT USED]
END �F SECTION
Revision Log
DA'T� NAME SiJMMARY OF CHANGE
8f31i2U 12 I�. 7ohnson L.S.A.1— title of seckian remaved
CITY Ofi FDRT WpRTH CITYWIDE STORM DRA1N IMPKOVL�M�N'TS
STANDARD CONSTRUCTIQN SPECIFICAT[pAf DOCUMENTS CITY PR07ECT NO. 10U092
Revised Decein6er 2Q, 2U12
D17839-1
PROIECT RECORI3 DOC[JMENTS
Page 1 of 4
S�CTION 4� �18 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. VWor1t associated with the docurnenting the praject and recn�•diiig changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Repoi�ts
c. Sanitaiy Sewer Service Reparts
d. L,arg� 'V4Water Meter Report�
g. De�iations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specificatian Sections include, btit are not n�cessarily limited to:
1. Division 0— Bidding Requirements, Contract Forins and Conditions of the Cantzact
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDiTRES
A. Measiu•ement and Paymerat
1. Work associated with this Item is cons[tiered subsidiaty to the various Items 6id.
No separate payment will 6e allawed fox• this Item.
L3 REFER�NC�S [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT ITSED�
1.5 SUBMITTALS
A. Priorr to subnnitt'tng a request for Final Inspection, del.iver Project Record Documents to
City's Project Representative.
�.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NUT USED]
1.8 MAINTENANCE MATE�2iAi, SUBMXTTALS [NOT IISED]
1.9 QUALITY ASSURANCE
A. Accuf•acy af Records
1. Thaz'aughly caot�dinate changes within the Record Documents, making adequate
and proper ent�'ies an eaeh page of Specifications and each sheet af Drawings and
other pocuments where suck� ent�y is required to show the change properly.
2. Accuracy of records sha[1 be such that future search for items shown in the Cantract
Doc�ments may rely reasonably on information abtained from the appi•oved Project
Recoi�d Documents.
C1TY OF FORT WORTET CITYWIDE 5TORM DRA1N [MPROVEMENTS
STANDARD CON�TRUCTION SYECI�'TCAT]QN DOCUMENTS CITY P1ZO.fECT NO. I00092
Revised ,Culy l, 20l 1
ni 7s 3�- a
PR07ECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of reeords, malce entries within 24 haurs after receipt of
info��mation that the change has occuz'r�d.
4. Provide factual in�ormation regarding all aspects oithe Work, bath concealed and
�isihle, to enab�e future modiiicatio� af the Wor[c to proceed without lengthy and
expensive site measurement, investigation and examination.
1.1.0 STORAG� AND IIANDLING
A. Stoi`age ai�d Handling Requirements
!. IVlaintain the job set ofRecord Dncuments cortapletely protected f�•om deteriot•ation
and from loss and damage until comp�etion of the Wark and transfer of alI recorded
data to the final Pi-oject Record Documents.
2. In the �v�nt of l.oss of reco�•ded daYa, use means necessaty to again secure the data
to the City's approval.
a. In such cas�, pz'ovide �'eplacements to tEze star�dards arigina�ly required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT IISED]
�ART 2 - PRODLTCTS
21 OWNER FURNI�HED [ox] OWN�R-SUPPLIED PRODiYCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Fromptly following receipt of the Natice to Proceed, secure from the City, at no
charg� to the Contractor, 1 complete set of all Dpcuments comprising the Gontract.
B. Final Record Documents
1. At a time nearing the ca�mpletian of the Work and prior to Fir►al Inspectian, pj•ovide
the City 1 complete set of all rinal Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QIIALITI' C.ONTROL [NOT IISED]
PART 3 - EXECUTION
3,1 IN�TALLERS [NOT LTSED]
3.2 EXAMiNATION [NOT USED]
3.3 PREPARATION [NOT LTSED]
3.4 MAINTENANCE DOCiJ1V�NTS
A. Maintenance of .Tob Set
1. Immediately upon receipt of ihe j ob set, identify each of the Documents with tlfe
title, "RECORD DOCUMENTS - J4B SET".
C1TY OF FORT WORTH CTTYWIDH STORMDRAIN IMF'ROVEMENTS
STANDARD CQA15T[�UCTIQiV SPECiFTCATIONDOC[IMENTS CT"T"Y PROIECTNO. l00092
Revised Joly 1, 20l 1
017839-3
PROJECTRECORI7 DOCUMEN'tS
Page 3 oF �
2. Preservation
a. Considering the Cantract cotnpletion tiine, the probable ilumber of occasians
upan which the job set inust be taken out for new entt•ies and for examination,
and the conditions under which these ac�ivities wilE be performed, devise a
suitable method for protecting the job sef.
b. Do not use the job set for any purpase except ent�y of new data and for review
by the City, until start of transfer af data to final Yroject R�cord Documents.
c. Maintain the job set at the site af warlc.
3. Caor-dinatian with Conste�zciion Survey
a. At a minimum, in accardance with the intervals set forth in Section O 1 71 23,
clearly ma�ric any deviatians from Contract Dacuments associated with
installation of the inFrastructure.
4. Making entries on Drawings
a. Record any deviations fi�om Contract Documents.
b. Use an erasable colored pencil (not ink or in�elible pencil), cl�aa•]y describe the
change by graphic [ine and note as required.
c. Date all entries,
d. Call attention io the entry by a"cloud" d��awn araund the u•ea ar areas affected.
e. In the evenY af overlapp[ng changes, use different colors for the ovet•lapping
changes.
Con�ersion of schematic layouts
a. In some cases on the Drawin�s, arrangements of condu�ts, c��cuits, piping,
ducts, and similar items, are shown schematica[Ey and ate not intended to
portray preGise physical layout.
1) �'�nal physical arrangement is determined Uy the Contractar, s�abject to the
City's app�•ova[.
2) How�r�er, design of futu�•e madifications of the facility may require
accurate information as ta the f naI physical layout of items which are
shown only schernatically on the Drawings.
6. Show on the job set af Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical aej•angement is determined by the Contractor, subject to the
City's approval.
Z) Shaw, by symbol ot' note, the vertica! location ofthe Item ("under s[ab", "in
eeiling plenu�n", "exposed", and the like),
3) Make aIl identif cation sufficiently descriptive that it may be related
reliably to the Speei�cations.
a The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversian ser�es no �seful purpose. How�v�r,
do not rely upon wai�eis being issued except as specifically issued in writing
by the City.
B. Final Project RecaR•d Documents
1, Transfer af data to Da•awings
a. Carefully transfer cllange data shawn nn the j ab set of Recard Drawings to the
corresponding final documents, coordinating the changes as tequi�-ed.
6. Clearly indicate ai each affected detail and other Drawing a full descz'iption of
changes made d��ing constructiou, and the actual location of items.
CITY OF FORT W(7RTH CITYWiD� STORM DRAIN IMPAOVEMSAITS
STANDARD COI�ISTRUCTION SPECIFICATION I70CL1MENT9 CITY PI�OdEC'1' NO. 100092
Re�ised 7aly l, 20I ]
017839-4
PRO.IE�TRECORD DOCrfM�N'CS
Page 4 of 4
c. Call attention to each entry by drawing a°claud" around the area or areas
affected.
d. Malce changes neatly, consistently and with the proper media to assm�e
longevity and clear reproduction.
2. Transfer of data to athej• Doc�irrients
a. If the Documents, othei• than Drawings, have been kept clean during �ro� ess of
the Work, and if entries thereon have been orderly to the approval of tha City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is no� so approved by the. City, secure a new copy af thai
Docu�nent from the City at the City's usual chat•ge for reprod�action and
handling, and carefully transfer the change data io the new copy to the appraval
nf the City.
3.5 REPAIIt / RESTORATION [NOT USED]
3,6 RE�-IlVSTALLAT�ON [NOT LTSED]
3.7 F�CLD [o�] SIT� QilALITY CONTROL [NOT USED]
3,8 SYSTEM STARTUP I1�TOT USED]
3.9 AD.�USTING jNOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOiTT ACTIViTIES [NOT U�ED]
3.12 PROTECTION [NOT iTSED]
3.I3 MATNTENANCE [NOT USED�
3.14 ATTACHMENT� [N4T US�D]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CIIANGE
C1TY OF �ORT VJORTH CI TYWIDE STORM I]RAIN IMPROVk�Mk;NTS
STANDARD CONSTRiICTION SPECIF[CATION DDCUMENTS CITY PR07ECT NO. 10UU92
Revised .Tuly l, 201 I
G��6o�60� 1Vlirn���t� �n�d yVo�e�n ��ed� �usi�es�
�n�e�pr�se �o��lia�rnc�
'�I�CIS �P1��� ��F�' II�T�CEi���Ol��.I1�� ]�]LAl�T�
CITY OF FORT WpR1'H
STANDARD CON5TRUCT{ON SP�Cli'ICATION JJOCUM��ITS
Revised March 11, 2022
CIT1'�WIDE STORM DRAIN IM['ROVEMENTS
C1TY PR07EC'I' N0. l OQ092
F� 1�T �� �T �Y
CiF� of Fo� 1d��r�h
fVlinori�yll�Vvmen �usiness �nterpfise �p�ci�ications
SPECIAL Ii�ST'�UCTIOR�S ��R �����O�S
A�P�ICAiION OF PO�ICY
If the �^±wa d�!!�fv��l�� ot tix� cart�wVi �s �SD,Q��4.4'i �r rrpYr�, the� a�V!I!h+�E subcontr�cting gaal �� a�;±Ih; u!�:e,
POLICY ST'AiI�fV�I�N'T
If is fhe policy of fhe City of Forf Worth fo ensure the full and equitable pa�ticipation hy MinorityNVomen Business
Enterprise5 (MNVBE) in the pracuremen# of all goods and services. All requirements and regufations stated in the City's
current Business Di�ersity Enterprise Ordinance appli�s fo thi� bid.
l�lill�lB� ��OJ�CT �GALS
i n�� �fty�s iviivve�� g�al on ti�is pmieci �s � 3 'k cf �M� base bid va{ue oT t�e cnm aci
CO�iiF�L1A�lC� i0 �Ib SPI�CIFICATIOP�S
On Ciky contracts $50,OOO.a1 or more wher� a M11NB� subcontracting goal is applied, Offerars are required to comply
wifh ti�e intent of the Ci#y's Business Di�ersify Enterprise Ordinance by one of the following:
1. Meet or exce�d th� aboue stafed MIWBE goal through IUilWBE subcqntracting participation, or
2. Meet or exceed Ehe above stafed M1WB� goal Ehrough MIWBE Joint Venture participation, or;
3. Goad Faith Effort documentation, or;
4. Prime Wai�er documenEation.
su��i�r�,� o� ��c�ui��� �ocum�w�a�ion�
7he applicable documents m�st be recei�ed by the Purchasing Division, within the following times allocat�d. in arder
for fha entire bid to be considered responsive io the specifications. I i�e �'?ffaror �h:�Ef �irl,v�r tfle �+�:'ti�N� �oc.urr.r�f1;31ina7
In p�rson to Ih� ap��a{�riaE� err�pEoy�e af ihe ptorch�san� d�v�a�nn e�ck obialn � dax�lt�ma rece,pl. ��c� re�eipk sl�a11 be
ev,do�r;.e 117ek ihe �ily feceived th� dociarneni�tior� Ir� fh��: i�m� �Il:��eked. A f�xa[I �n�fo� em��l�td copy will �# ba
acce��ted.
7. Su6contractor Utilization Form, if goa[ is received no Eater than 2:OQ p.m., on the second Ciiy business day
met or exceeded: a�ter the bid o enin date, exclusi�e of the bid opening date.
�. Good Faith �ffort and Subcontr�ctor received no later than 2:00 p.m., on the second City busin�ss day
Utilization Form, if participation is less than after fhe bid opening date, exclusi�e of the bid opening date.
stated goal:
3. Good Faith Effort and Suhcontractor received no laier than 2:40 p.m., on the second City busin�ss day
Utilization Form, if no MIWBE artici ation: affer the bid o ening date, exc[usi�e of the bid opening date.
4. Prime Contractor Wainer F'orm, if you will recei�e� no later than 2:00 p.m., on the second City business day
perform all subcontra�tingisupplier work: after the bid opening date, exciusi�e af the bRd op�ning date.
S. Joint Venture Form, if goal is met or received no later than 2;OQ p.m., an the secand City business day
exceeded: afterthe bid o enin date, exclusive ofthe bid a enin date.
FA!Liir�E T(? C��MPLY VIMf�H �'�'E CI�Y`;a �U�lWES$ I�'I�IEY2�YTY �P�T�Rr{�'!�E �Ra'I�J9kI�i�E, 1M1Y��L i2EYUL� �N
7H� �4►J ��!W� �O�cl��!?�� �G��!-��SPON�IVIE TC} cw�r��F�rATa�:VS,
FA�LtJIR� Tf} �kJB��'.T l"HE R��i.r�,r.r�E7 MR� DC]'{CU""EIVTATk�A1 YViLL f�te�U�T #ikl THE BlrJ k3�!!VG C���IE�E;Ri�J
AI(]FE•���PO�il�IY�. A,�"s��O�W� F,�I�Li�E WlL.L f���l}�..T ICa TI�� O��r�EpO� PJ�!NC DiSC���,4�IF�Et� FOf2 A
P����'L�} A� C�!j!F Y�AR_ TFi�:�� FAELUh�5 !N A�iVE Y�AR gEftlOD WII�L RL�k�L� �IV �4 Di4Q'LJALI�IGAT1ti�1k
P�R�tiD QI� TM��� Y�4RS.
Any questians, please contact the Office of Business �i�ersity at (897) 39�-a674.
Office of Business Diversity
Email: mwbeoffiee@fortworthtexas.gov Re�v. 5/15/19
Phone: (817) 392-2674
av
0
� �
za
a
Q
�
O
�
�
�
�i.0
�
�
�
�}
�
s
�
R
�
'�
�
�
�
!�
�
�
;�
�
�
4!9
�
�
.C�
�
�
�
�
�
�
�
F
�
�6�
97
� � G
c
�' � C
� � Q W
� � N
❑ �
� m �
O c �
O p� �
16 m
�
� � [i a7 p
L�! � 'a
� ❑ � �
� � �
� � � N
� � � � � �-
� � � W a
` � N
O � � � Q
�s
� � � � C
� � � � L �
� � �
o � � � �
❑ � •�
� � � �
� � T
� � 'a m
�
o a z � �
� ❑ � ❑ o �s
a � �
�
0
4 m m y
� ,� °' � � � o �
� �jJ ,LL� ❑ � � � C
� � ❑ ❑ � a
U � � � w m
Y L1J C �e}
� � •� � � � � � �
� m � � C
c� �y � � g � �� �
o��' ❑ � 0 m C
v � � O
� � �' � a�i
� � �
-+—' .� � n '� �
� � c� r,� m
� � N � � �. � O
�, � N � ❑ � � �
� '"�� � �} � � ❑ V a�i
�J� � G
� t' + C1 � U A � �iA
� � � � �' � ¢ �- n.'o
� � � y � t� � N
� 'C ii •�
� � �ti Z '� � :.�
� „�.,�+ fl V ❑ � � m
.g N C a
� � � � d � � �
'��' �l ,� �7 �
� � � �j 4A7 d 'j T
�Q � � U� s ❑ � i0
W � a � ��5 � ,�
'�� �" � F � � a � in
� F N � � ° �
l�i �- � � p � � ,�' �� �
v ' L
�O � � O �•c� � � a �
a c� a �.. � U�, c� �
�
�
a
tl1 �
�•
'c
N
a
P
.a
0
>�
�� 1
k '
Sil '
�;
C,
Q.�
n
�� rii
p ,o
� �
� U
L �
�
� N
a�
�.�
o
.0 j
v �
'� �
N �
c
e �
N
.� a�i
��
C '�
41 �
� �
� 'n�
n
w 'Si
t� lZ
� m
m �
W c
E �
�
d �
u �
� �
lLL �
�
� �
3 '�m
� .n
G �
o �
U
�s c
O
o �
N �
N�
c
m
Q C
� 4
N �
� �
. �
C N
8�
�
v a
9 �
N n
�' �
-�
� ��
6 �
�
.� �
a �
N �
� �
��
�
�N
.; �
� »-
�°
wo
,•-,T� �
��
LLI �N
N �
��
� �
�
� �
� O
'� �
C Q
E�
c
Q1 �
�
m�
m o
{q G
� �
� �
roF
o .
C
� � a
N � �p
(j L U
�
t7� U
Q� tl �
� N N
1p pj ;6
s. L7 .Ci
� d a
p �
d Q� C
a � N
c� �
rn� c
a
a �i �
��-�
5 D 'N
IU �+ �
� U c�s
m
�
C
.�
�
N
�
N
a�
C
.N
m
�
�
.�
6�
�
(6
� N
� '�
G
y 7p
N U
C �
��
t
«�
o�
;D
a �
o i�
a� o
� C
��
w�
�Q
�' G
� `�
� �
E �
�
U 'v�
�a
�
��
C
ro
v
�a
r-.
O p
N
w c
� �
� O
��
m�
O '
QS �
� ,�
a a
a�
��
0
LL
� o
�
� U
��
j� N
� �
� �
N �
€ E
;� m
H
�
� U
ro
e �
N �
al �
�
K
H
U fq
� �
O
�
N uS
� Lu
5
T L
� �
m a
N �
.�. �
sis �
v �
m �
� C
�N �
�
��
� N
a� c
a�
��i
a ,�
A �
cU
E�
-ro �
�
nq
.o ..
� •a
��
��
O
oU
'p C
N �
E �
O
� �
��
A
C �
�
� 0.
7 �
L6 N
.c �,
� o
� .E
��
q, b
��
ca �
��
�
� ro
cp
�U
N �
�U
�
vi �i'
e
� a
�
n �
� ,n
m �
� pl
EU
� o
� �
p �
o�'y,
7 �
�� �
" y �
���
� � N
� fb D
N _ 'N
a .� �
a)
'a U p.
V
� � �
c
� � ro
.� � �
� � �
N
a � v �
� Q1 b �
�
�.3�n+
l0 � � y
� �.� y
��
�`� �a
O u�i � �
v � o p
� '� � �
�+m ��
� dl .��i.
b���
�' � �
��
N C � q
� � � C
� q'a
.� ,�. � c°�
�•���,
u,�w"�
� N�,�
c � � m
� 'y i7 N
m �.��
m �;.�
m��;.o
� d � �
� O � Q
l�
� � .� �
� O � O
��- �c�
�� cm
����
0
� m � �
P�� ��
0
.° m a �
= E��:
3 �� a
o �
mw" � m
O`�� m
�� a��i �
[9
� � � �
a� c ��
� � �"'
� � C
vmw-•-
n'.c,�c
.a�� �
O
� � �S f�
��
b N �
'Z���
a�
V�i ,�,�, N �
�o� �
'� � �
ttl �j Zi �uj
� �
= � U �CYJ
w �
�m ��
�� ��l0
a E w ��
ia -o � �
� ,k L ��.a,, � ,o
a� a�i in o � a
�t�'O W�
O Q- d �
N �
�7� N �
= s6 0. �
w y 0. "�
N � � �
�uv �
g- c o
O i � �
� O tU �
... N �
.� N � �
c
H � � �
d � �
� � p O
�� mA
ro_��
t���
O � O. N
y � � �
� � �
�� �
� � ,� �
`m o-��
aao�'
o m "- v;
Q���'
7��'8
� � V �
� �
� w? c
d l6 D �
� E N N
"°''��a
�� � o
�°$�
W U a �'
m
❑ � � �
m o a ,
E »- +, a�
O C C t7
w Q; p N
�
����
c °� �c Q-
:,����
tD �
� � � �
ro �� �
� a`� c µ;
� m
a � o �
� -p U
V� `. N
� ro � �
N p} � O
(0 � '� �'
�w�;
m j •�
� � � �
E �
o � `o �
� �
Q. � �' t�l
.0 � �1 � l6
�.0 � m P
�- a � rL.T W
w a� �pq
f.�! � tCS .O �
� � � m �
c °'� � o �
. � �
c���E
9 a� G Fs
�i tt1 C � U
¢ �
� N
��� a
V
�
�
�
�
.a
�
�
�
�
�
�
.�
�
�
�
!'��
i
��.
�
�
F
O Qy �
� :� m
� a � Q
� fU U 7
a �. m -�
���o
� �—�
E � �
� � � �
8�'s�
� �
� �Q, �
� � � �
�i���
oja
�� y �
c � m �
o�� �
•� � y �-
.� � a
���n
�
a� mti
� � � �1
N :� -g
`��r a
o �o
� ���
o�•�, v,
v � C � �
Q
(U
� �'� � �
t37 O � Q �
�,
•� w
��u 80 $
w EA�a �
�a � � �
a� ctl a, �
� F •� UI U
� � � t
qp '� � F- �
� ��� y C
�,W�� v
m ���
EN'��E
� C Nlll�
aa�`�
Cm���
�°���'�
,���ma
•� N T � �
c
�
�} V7 �- � O
0 �
� � � � �1
'�� IlS q��} C
� �� �
W � � 'N c�i
f!� � v�
V7 N D � C
C q7 W 6 l9
.7 � O � �
m � � � T
� � � � �
�y ,- fU A �y�
U +'�% '7 N
,�,� 3 �m
C � bw-�
(�U�'Q N�O
�� y'�,,, p G � {G
� m
c � � � a
C �' �
ro����
� �v�iN.a
�a
� �� Q
o �.
U �
�o
�w
�"
� �
��
U �
d �
z
a�i �
o �
��
�N
� '�
a
� N
� 'z
7 N
E e
��
�
��
4 N
U �
y .0
wL+ C
8� �
� O
0
p�f O
E�
�' o
��
��
� a
� �
��
w
0
m N
c
� �
N (Y]
��, -�
��
�
`u
,�
� r
o .�
U p
O�
� �
O
ll..
U p
`oU Q
� �
O
� "� N
� � IV
.� � �
�� y
:�' j, ��"
w�O
[C
C = �j
� � N
OE1 �
� � �
,� •- -�
:���
a
UY�N
� � � � C
m � � � � Q } � m a � �
Q
.� Z S �Q Z � ZQ Z � ZQ
� ❑❑ ❑ ❑❑� ❑ ❑❑� ❑
� � � m
� E � � � � �
� li '� li �y Lt. �
w
� m � � d� �
QT � � '�ii ❑ � •� ❑ C N
� ?� � ro � � � m � � � � �
� Q � C? � d Q C.l � Q Q U
C❑�❑ I�❑I�❑ CI❑❑❑
� � � �
� � U � U �
a � ❑
p � � CI C.,]
e� � � � p L � �2 � O � � � � � �
� � � z � a z � v � � z � o
� ��o�� �❑oo❑ U❑o❑❑
��y.�
�,..� p
� � � r �
N �
fA � �
u,l � � �
r�i �. O � d N p
� �; � rn � N� Q a C�
w �- a�
� � .a � -L � O ,c a N � .a c^�� �
� ` y � � M O � � � N � � � � Q
� c� cA � N N `01' � �' �, " o � l�i �
� � � � h � � � ,� ��ro� � Z
�s Cr a� m �- d c� ro N
p y +� p� � �� 2 v� D] � vJ a� c
W O O Cj Cj U � o � C1 � o�� m C� �
6 � O OV
�� �o� � a �� � ¢ a���� a
��� � � a � ��� �
i �
C p
� o
� ��
� � '� � � �
LL � Q n; �j � � � m � �
w
�� O ti �1 u�"�� c� ��[�O Ca �y
4# C) � .� p! I��/ a+ N ""k rn ��h//- � GI �
Vi Ll�, � � � �i � � ,� =" [� (� •� � � � � L;(j � � I
� a u, °,�.-.° � u� 2 � �� E--� cg a :� �� c� �� -c
py � x�u? � � c"''C E s� m � a�i� �GO �' � �
pN � p�Y � t� (�j.� O f~.'J � ,�,? � p�_C O �
apV� c� c�i -� w~ �rn rn o �`` �;`y � � I
�[� � o � o ��
�� -5Q Nr'� t po �i� c � �;oo j � � �
���O..Yco.Sc U :,�Nno o�° � C��a�� c� �
� � � a � a
� � � C� � �7 .�.� 47
y � rr�/� �. y A
Vi V� � Vi .w 1R � �+
C+1 N �j .. � �� G} • • � � � C � r3
� � � � 0 3 � � � g � � � E o
L+1 Q � EIJ U �1 Q 4 tll 4J �� � 1JJ C3
4 N
��
��
oa
a �
�a
��
¢�
�m
�
va
�
6
�
�
�
�
f�
�
�
�
�
.�
�
a
N
�
�
�
�
.�
�
�
�
H
�
'�
m
`�
m
m
�
�
�
01
d.
�
O
�
�
C
�
�
�
�
a
�
.�
m
a
� � � � �
C V � C V � � V � � � V
m �� a� .� m � a � m � a •� m � � •�
o v°-i �°� Q u�r m E a N �ro E o � �� �
�` z� z¢ � z z¢ z s �¢ � i z¢
,� ❑❑ ❑ ❑� ❑ ❑ ❑ ❑ ❑� ❑
� m a� a� a�
E � G � � E `� � .�5�
� � •� LL '� LL '� � �
� � Q � � � •� � d �� � Q N
.N � � C �
� � U ry U � V � � � U � 3 � � � '
�
� ¢ � � � Q ¢� U � ¢ ¢ U � ¢ ¢ U
❑ ❑�❑ ❑ ❑❑❑ ❑ ❑�❑ ❑ ❑❑�
� m U U �
a U � � U � U �
o � ❑ � �, �
:� � ¢ �' tr� Q m � U }-- � � U F-
�
i� ���� a�i y�� Q a� �� F-�- � L �� F��- py� L
� � � � � � � � � � � � � z � � � � z w- O
�❑�� � �❑ � ❑�❑ � 00
��
� �.
��
�� C � ,- T C-
g fl
rn x
�' � � O
�, y N� � Ih � GN�1 {� d 0i {� �
u� g U N � �� N � �' �- � � � � �
�� � � � � N � � � � � � � � � �
�� �U N ;'G M � �O. ��� C7
� N . t� .�. � �t �C3
� � �� � � �� Cj d N � { j � � � :� �u
t. a d� e F-� m a a � F� m � �
p`-' N �- O � N+' o � US � n � th i � O
W O fl �''� C! a a � � � � �0 � � 4 � � O
r� a � o �; �, a � �n o �' �
� � a � n, �r � � m � � � ��- �? �. �
~ � � c=n � � +� � z � � � � � � � � u�s
�
� � �
� �
Ca � � Q t�r7 � d
�� x � � y� � �� � x � �}
lj]
��" � h, CD (Cf �. � p� C`� N '��"' O,.., j� �
N � �� � � !}
N '1 N � �x � � �n � � � ,O ,� a" � � � � � � � � 7
�� ��~e�� 3 ��a �;;�°�°�c r_ � �N ir'�i � � � ,�_�a�o i� �,
�� 3 x�N ° '� .+ag �� � � ta ��t?� � � ��j'-? . a�
�1� o a o� ; c �.�� � � � � ,`�'�Sr � n I �t� ��� '�
a� E-�0�`,� � � �e� ��� � [�9� ��`, � `-�y rjl�-� �
c.. ���y,`
� � U � E�i � E C � C� � C� � '� X� F-� � '� N .�. � I tL � � +�9 � '�
W� ni c � � ei � ci �
� U � G�. m . � � . �. � . �
N y� y
� th ,ra V/ Vl ��,f N N V � fll �
C N � � t�B C � � � L� � � � �r t" ` � •� �
a � �° � e � � ° � o � � � � c � � �° � o
� d �� ca � a � ua c� m a � w ca n a ��+ t�
ry N
� p
O �
n�
��
R
w�
Q �
� �
Itl ��
U
�
¢
�
�
�
�
�
�
�
�
!�!
�
�
•IA
es
�
�
�
�
�
6�6:�
'Ci
�•-
� � �
a� � m
�i m C a
'�v8�
;.� � .�' �
iN �.��
�
'`o � ��
.���$
e�•o.a
� � �.' �
� Q ` �
a�'� � �
— �
a� o
��N�
����
S � y �
N p
� = �
�tiam�o
6 ? � �
� � L a
�w�
���,
� :� :� �
����
�=v�
0 ro � �
CQ
.= a V N O
d � � � �p�
� � b d7 4f
c>� � o��
� � �
.�' � H D �
Il.l � 'j QI �
�ri �' ��
� �
��°mP�
m� ���
m �' � �
�30��
� ��� d
� �+ �
� N �- O' N
° ����
�N
a 3
c00 � � o
� o.� �n Ln
� � � � m
'� c � o a
.����N
N r/1 Ll � Q
� '�i ,� a
�� �� �
•� ;� �q Gj c
7 7
a CN.�i
�u�,_�3
N � O � �
� �,o�
';•�o � �
am � v�i.�
w " b � a�
����.�'W
+�+ '� y
� � � W �
Q � � � �
16 � � N a1
� � :� � �
a �
� �� ��
m ca � :o c
a� �
O.. N N .�
��
� �
� a
� �
�w
E �'
8 �
�N
¢ °'
� �
N �
o �
� °�
G�
��
� 4
��
�
A F
�A N
�
� c
��
��
�Q
N
C N
V
�
41 C
� G
C1 �
w
E �
�' o
��
��
� '�
��
O N
�
Sl. �
"!' �N
y m
�� �
w�
� �
c U
.�
��
�
�
� �
� l�i
r�4 O
� � �
� _
��.�
�
� -'° �
��
�-��,
�
.�a�
w � O
� �
N 16
N T�
� � �
.� � �
m
�
���
�
U �i 'g
.�
.�
w
�
�
�
a,
�
v
�
�
�,
�
e
0
�
d
�
L d
d �
� N
�' r
d
�4 �
� �
�,
u, --
V
�. w
� �
��
��
�t
��
��
�
� �
�O
� �
� �
o�
� �'
��
��
��
O
a"
N ��
� O
U
C V
� �
� �
� x
❑ ❑
C
U
� 'C
'��P N
� E
z�
❑
ev �L�
IL �`
❑�
E _
Q �
C y
tl7 � � �
•c
� Q Q U
❑ ❑ ❑ ❑
U
❑
U
>. r4 ¢
f!)
� � U h-
� � � o ;
O ,�
��o��
�
iu
.�
iA
'�
�
VJ
U
�
a
a
�
�
�
�
a
�T
�
�
� �
� �
� �
f.7 �
�� g
� 4
�
U
d �
�
� � '�
� �
N �
�
� � �� � N
���N�
c
���us u��i
� �
� t+� � N @R.�
�`�O�i� �
�
� �
� d�
� � ° '�v
c� a a u�i
�
�
0
�
a
E�
�
�
d
�
w
c
c°a
�
C
m
C
z°
❑
m
W
�
�
47
�
❑
U
.�
�
�
�
❑
C
U
} '�
. y
tC1 �
z
❑
c�p
U
Q �
m.
C �
� 1'6 �
Q � U
❑ ❑ ❑
. �
C.i �
� � � �-
� � C~} �
�nnni
�
a N
� �
� �
�; � dN°
•� •� �
+� (� <.i
0
� � �
� LL. i
U �
�o
� M
���m
'� y< X i
J�Frti
❑�- �N
�
� �
� � � 'c�
m � aw
Q
�
�
O
O
�A�
� Y
�
�
�
d
t�
G
�
N
a
�
�
0
�
�
Cfi
�
IX!
C
O
Z
❑
m
m
N
�
�
N
ib
�
❑
C
v
.� � eG
cs
� � Q
❑ ❑
c
.�
a =
m
� �N
��
14 �
Q � U
❑ 0 ❑
�
U �
� � U F-
�
� � U �
�nnn
r
a�i
O
m �
a �
� �
� �
� �
� � �
Q3 �
m
b N �
Q
N �
� ti �
a� co X c°�
ca�� �
�� � u5 0� j�
��,���
v1 aa •L � �
� o �j r:. c�n
�O U��
c�nqom�a
�
�
� N
� � � �;
. �
a � ��
ra a o. u,
�
�
�
O
�
�
�
D
�
+�a
�
C+7
�'�
�
�
d
a
a
�
a
�
N N
�. �
��
� O
��
w�
� �
P
M
w�
U�
k
¢
�
O
�
�
�
�
�
+1�
�
`^�.
�
�
�
�
�
S
.�
�
tl!
G
.�
a
a
�
a
�
�
0
a�d
_
a
�s
�
�
v
m
�
d
a+
�
�
�
�
�
Q
�
ar
io�
c�
i+
�
�
�
i�
�
�
N
W
�
C U C C V � � Clq � t
•� � C � (� C V U
CfSi � ��� Cf3 �p j�N m N j�N m � j N
o a'i '� � o w ia � o � m E o ;+� ��
;�' 2 z a¢ Z z 2Q z � Z�t z � �KC
� ❑ ❑ ❑ ❑ ❑ � ❑ � ❑ ❑ ❑ ❑
� m N N N
� � ro E � E �' E `�
� � � ti� � ii � � a�i
� ❑ ¢ � ❑ Q �' ❑ a � ❑ 4 10
g 'y 'u5 �cil
6f � ��
� � `� m � � � � � °' 8 � � "' � � �
� ¢ Q U � Q¢ U � 4� U � a¢ U
❑ ❑❑❑ ❑ ��❑ ❑ ❑❑❑ ❑ ❑❑❑
� � (,�j U U
C
a C? � � U � U �
�
U
'� n� U H ��(dj H m� U H '� � U�
� � � c~.� ° � w � U � � �' � a ° � � � cFi n i
e� � ❑ �� o �� a � o '��' ca z � o '�� z � �
U
L �
r �
�y
r
R� d �
�. q
N �
11J �:^
� �.
I N� � � O� a�', m
� �s �' � � � .� .Q � �
�u � a lt7
t� —� A a�! a N � �
ti 4 (� m � (j � .£1
�, � v ��, , (� ai � m
� � a�i � ° � � V F- � � � i= a �
p � rr� � �' � rq N � � � � cas � w t.°+ �
u A o.� � O � v t� � �� tn Q � � �
� a � V � a ` {i � °r �. [� � t�
a H m � vr � Cl. � a►s M ''� �_ � � � �
� �
��
�a.
� y cn � -`�a
r�n � � ti o
�� a� �
N� Jfq�� VJ i
Na o �
�� ���� �� �
pVJ G� ���� I—
� ,�? C
�V ����� � �
i.J � ,� �
a a c� �r, � �o ca ¢
�� � � � � � o � �
� ,� N
4 0 � � � �+ R � � �'
g v � � y as � m � m
y y a � � � �
�i f%i �� C�.� 4! f�ll �,�, U PJ f�/J �� f�..i p� I�A � r C�.7
� e � `� .� .� � � '� r.�r � � � .... � C � � .�, �
� � � � � � � � � o � � � � e � � � � a
Od �S e. Li t3 CO � L+, !� U L et � kld C.� ml 4 0„ � CJ
N N
� O
w �
o N
o�
�'�
W �
a�
�Q
v
� �
U �
�
Q
�
�
Ri
�
�
a
E�!
�
Bb
�
.�
:�
�
F
�
�
�
kW
�
� O �
0
� ' O O
O � �
�
Q �j � r
� ca c�Q
p N
� � � �
�
�
� J
� �
� �
a �'°, �
� � H
�
� � � �
c� � Q �
� � � �
� � f1]
� „� �n m
„O
o � � �
J
� •� � �
� � C�f �#
� � � �
� � � �
� ° � �
� �
� � u� �s
� � � �
S �
Ui '
� �
� � � �
,d+ •� � �
V � � �
p o O �
c c c B
d Q Q H
� [�'R cL'4 �
�
O O O �
m �s ro �
I° t° � O
�
o �
C a O f�
•� � � �
� �
7 07 fl. =
❑ � � �
l� �
'� �� � �
¢ � '� �
��a��
ui m � �
c�s
�
C� �, O
•� � C
� � � �
�
N � N (]
L C � �
� � � c
� � N �
� '� � ?�t
O � � N
n. c�
a��j �
`a �°'�
.� _ .E �
U�
Ql ,� `!�
� � � ,
p tyfs D
sr�•�� �
S � N �
.r-� .�, � �
`NQ�W
'p O �
'� e *' c
a� � ,� ��
� o �m
� e � -a
o;�� m
c � r�n �
�Q�a�
� '� �
�11 Q� N
� � d �
N � �- N
� � � R
ui
C � ,r�.+ R
o����
���o
�
v Q, �cu
c�
a���
� � � D
� Qyj � O C
.� � �� �
� � � � C_
N �
� � c �
� 0 � � +�.
N �
� � N v'41
� � � � U
L � �
m-� � �•�
t����Q.
O�Cv-E
� .`Cr l9 � U
.,� ,� U m �
� � {L9 � C
w v c 3 �
I-�- « ca.� .c -s
� �
c �
O Q C ,:C �
� � � � �
ca
p ;� .c � �+
y'"' -p �-' 7 [0
.� � � U �
� ro � m c
� � w��?
a
a� �
ca= m ��o
� � �:��
C Q �- �G �
f� y � � �
.� � C -L7 �
� � Q � �
� � N •N
$ � � � �
� � � � ��
� �
� � � � d
� � � U ¢ i"
� �
c� � �cU�
�,� � U�v
p, � r N
;�'� Q � ��
.�C ~ N � � N
�,,, vi �., � �,
p � i0 S G.�
�� � � � �
v�'o �°' �
»..
� a, }� U � O
=a u.► O � � ,�
��nu�n.�o
-�s�.�N�m
'Q ,� � � � �
����a�o
a°°� �-•�.�
c
N � 7,�j-�.O
� �� � � Q
������
� �
F U U G �q +�
'� .� .�- � ^O
� N .Q "�U �
� � � � N �
0 0 �,�bsa
� �
�7
0��� U�
����N�
� ���a"_' �
� � c
O,. N G= (Q N f�IS
� c� � 'C7 � '(��3
a-• (� � �
�� � � � �
�� N�ar
A+y,� � �L
f/� � � � W �
��,, � L p N
o w� �'n`�i �
� Y � � �N �
� � �
� � � � m �
rni� � �'� a�i
.� .Y � o � c`n
U �
� �
� rn :� uS � ?�
.�� � Q� �
� � � � `°G o
� � N A Q.Y
�
�
�
w �
� � O
� c�
� � � r
� d OU ef � y
ii] 1�4 �'1" � N r�. C�3
� � �1 Q
il! M N � O
�a �°a �''ac�
m � '¢ d �
� � I� � O �� C�_1I
6 t) 00 � � � �
�
O
U
ro
�
�
U
�
'a
� �
��
O
�
Q
�
ti
�
Q7
�
� �,
�, � ,
� �I
� �
a ��
�
❑
L
�
0
F-
v
�
�
�
�s
0
�
�m
�
�
�N
��
8 �v
�o
��
�
ww �
7
c
O
:�
}
�-
LLi
�
m rn
� �;
O k
a �
�
��
ro�
��
a��
ow+-
w m �
n �� N
m�°i
� � w
����
�iL0.
�C��o�7 W��e ]�a�es
TI�IS ]PA�]E �.�E�"�' �I�T'�'E�TT�Oi�TA�L�L� ��L.�.N1�
CITY OF FORT WOR'I'H CITYWID� STORNf I]RAIN IMPRQVEMENTS
STANDARD CONSTRi3CT[bN SPECI�'ICATIC3N I70CUMENTS CITY PRQJGCT Nd. 1 D0092
Revised March 11,2022
2013 PREIIAILING WAGE RATES
�Heavy and Highway Canstruction Projects)
CLA55SFICA7ION bESCfiIPTION
Asphalt Oistribvtor Operator
Asphalt Paving Machine Operator
Asphalt Raker
8roam or Sweeper Operator
Concrete Finisher, Paving and Structures
Cnncrete Pavement Finishing Machine Qperatar
Concrete 5aw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operatar, Lattice goom SO Tons or Less
Crane Operator, [.attice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or fess
Excavator Operatvr, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Cur�
Foundatinn Drill Operator, Crawler Mounted
Foundatian Drikl Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanit
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grad�r Op�rator, Rough
OfF Road Hauler
PavemenY Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operatar
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller aperator, Other
Scraper Operator
5ervicer
Small Slipform Machine Operator
Spreader Box Opera#ar
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truc[c Driver, Single Axle
7rucfc Driver, Single or Tandem Axle Dump Truck
Truck briver, Tandem Axle Tractor with Semi Trailer
Welder
Wor[c Zone Barricade Servicer
Wage Rate
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
�.a.�z
15.05
14.48
18.12
17.27
20.5�
14.07
19.80
17.19
16.99
1Q_06
13.8�4
13.16
17.99
21.07
13.69
14.72
1D.7�
1Z.32
15.18
17.58
14.32
17.49
15.OZ
12,�5
13.63
13.24
11.01
16.18
13.n$
11..51
�2.96
14.58
15.96
14.73
16.2�4
14.14
12.31
12.62
12.86
14.84
1 �..68
Tha Davis-Bacon Act prevailingwage rates shawn for Heavy and Highway construction projects were determined by
the United Sta4es Department af Labor and currenC as af September 2013. The titles and descriptions for the
classifications listed are detailed ln the AGC of Fexas' Standard Jab Classificatlons and Descriptinns for Highway,
Heavy, Utilities, and Induskrial Canstruction in Texas.
Page 1 of 1