HomeMy WebLinkAboutContract 46209CITY SECRETARY
f
D.O.E. FILE
CONTRACTOR'S BONDI
CONSTRUCTION'S COPY
CLIENT DEPARTMENT
NG CO,
FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
CITY SECRETARYy1.07�
CONTRACT NO. _ . .
Cobb Park
Road and Drainage Improvements
City Project No. 02164
DOE No. 27278
Betsy Price Tom Higgins
Mayor City Manager
Richard Zavala
Director, Parks and Community Services Department
Douglas W. Wiersig, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Parks and Community Services
2014
KirnieHorn
KIMLEY-HORN AND ASSOCIATES, INC.
cEt., 02 RM.
2201 West Royal Lane, Suite 275
Irving, Texas 75063
Phone (214) 420-5600
Texas Registered Engineering Firm F-928
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
•,� � ", � ��, f�, .� 1
,�.,, � ��--
� ��„������,���
� �.,.� �
� -�
� .-r�
���
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 201 1
000000- 1
S'I'ANDARD CONSTRUCTION SPECIFICA"1'ION DOCUMGNTS
Page 1 of d
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Commw�ication
00 OS 15 Addenda
00 1 1 13 ]nvitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nom�esident Bidder
00 45 11 Bidders Prec�ualifications
00 45 12 Prequalification Statement
00 45 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Minority Business Enterprise Goal
00 S2 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insw•ance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division O1 - General Requirements
O1 1] 00 Summa�y of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
01 32 16 Constivction P►•ogress Schedule
Ol 32 33 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Project Procedures
Ol 45 23 Testing and Inspection Se�vices
01 50 00 Tempora�y Facilities and Cont►�ols
O1 55 26 Street Use Permit and Modifications to Traffic Control
Ol 57 13 Storm Water Pollution Prevention Plan
O1 58 13 Tempora�y Project Signage
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
Ol 71 23 Construction Staking and Su�vey
O1 74 23 Cleaning
O1 77 19 Closeout Requicements
O1 78 39 Project Record Documents
CITY OF PORT WORTH Cobb Park Road and Draina�e Improvements
STANDARD CONS'TRUC'1'ION SI'LCfPiCA7'ION DOCUMI�N'I�S 02164
Re��ised November 22, 2013
ao 00 00 - z
STr�NDARD CONS'1'RUCI'lON SPL'CIFiCAT10N DOCUMENTS
Page 2 of 4
Technical Specifications �vhich have been modified by the Engineer specifically for this
Project; hai•d copies are included in the Project's Contract Documents
Division 31 - Earthworiz
31 23 16 Unclassified Excavation
31 24 00 Embanlcments
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
htps://�roi ectpoint. buzzsaw.com/client/foi•tworth�ov/Resources/02%20-
%20Construction%20Documents/Specifications
Division 02 - Existing Conditions
02 41 l3 Selective Site Demolition
02 41 15 Paving Removal
Division 31 - Earthworlc
31 10 00 Site Clearing
31 25 00 Erosion and Sediment Control
31 37 00 Riprap
Division 32 - Exterior Improvements
32 1 1 29 Lime Treated Base Courses
32 12 16 Asphalt Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Conci•ete Cm�b and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 31 26 Wire Fences and Gates
32 91 19 Topsoil Placement and Finishing of Pa�•kways
32 92 13 Hydro-Mulching, Seeding, and Sodding
Division 33 - Utilities
33 OS ] 0 Utility Ti•ench Excavation, Embedment, and Backfill
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Struch�res to Grade
33 OS 30 Location of Existing Utilities
33 41 10 Reinforced Concrete Sto�•m Sewer Pipe/Culverts
33 49 40 Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
34 41 30 Aluminum Signs
34 71 13 Traffic Control
Appendix
GC-4.02 Subsui•face and Physical Conditions (Geotechnical Engineering Study Cobb
Pai•lc Di•ive West Rehabilitation No�•th of Glen Garden Drive, Fort Wot•th, Texas)
GC-6.06.D Minority and Women Owned Bt�siness Enterpi•ise Compliance
GC-6.07 Wage Rates
GR-01 60 00 P��oduct Requirements
CITY OP FORT WOIiTH Cobb Park Road and Drainage Ttnprovemen(s
STANDARD CONSTRUCTION SPECfF1CAT10N DOCUMENTS 021Gd
Rcvised November 22, 2013
000000-3
STANDARD CONSTRUCTION SYGCIFICA'P10N DOCUMENTS
Page 3 of 4
END OF SECTION
CITY Or PORT WORT'H Cobb Vark Road and Drainage lmprovements
S"]-ANDARD CONSTRUC'I lON SPECIPICATION DOCUMENTS 02164
Revised November 22, 2013
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 10/14/2014 — Ordinance Nos. 21496-10-2014 &
21497-10-2014
DATE: Tuesday, October 14, 2014 REFERENCE NO.: **C-27035
LOG NAME: 8000BB PARK ROAD&DRAINAGE
SUB.TECT:
Authorize Execution of Construction Cont�act with JLB Contracting, LLC, in the Amount of $468,034.60 for
Roadway and Drainage Improvements at Cobb Park and Adopt Appropriation Ordinances (COLTNCIL
DISTRICT 8)
RECOMMENDATION:
It is recommended that the City Council:
l. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grant
Capital Projects Fund in the amount of $67,601.30 for roadway and drainage improvements at Cobb Park;
2. Authorize the transfer of $67,601.30 from the Grant Capital Projects Fund to the Park Gas Well Leases
Fund;
3. Authorize the use of additional gas bonus and mitigation fees derived from Cobb Park in the amount of
$20,752.50;
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Park
Gas Well Leases Fund in the amount of $88,353.80 for roadway and drainage improvements at Cobb Park;
and
5. Authorize the execution of a construction contract with JLB Contracting, LLC, in the amount of
$468,034.60 for roadway and drainage improvements at Cobb Park.
DISCU5SION:
The purpose of this Mayor and Council Communication (M&C) is to adopt appropriation ordinances and
transfer funds as neccesary in order to award a construction conhact to JLB Contracting, LLC, in the amount
of $468,034.60 for roadway and drainage improvements at Cobb Park.
" Funding for this project has been allocated from the 2004 Capital Improvement Program park drainage and
erosion control ($153,000.00), previously appropriated gas well bonus and pipeline license fees
', ($238,834.20) and savings realized in Phase I of the Cobb Park re—development project ($88,612.94).
An additional appropriation is required in order to balance the funding for the project including additional
' bonus ($7,052.50) and mitigation fees ($13,700.00) and interest earned on Tarrant Regional Water District
Phase I grant ($67,601.30) totaling $88,353.80.
The total project funding is summarized in the table below:
Project Funding
Funding mount
2004 CIP Drainage & Erosion $153,000.00
Erosion Fiscal Year 2013 Gas Revenue Expenditure Plan $238,834.20
Cobb Park Phase I— remaining funds $88,612.94
Gas Lease Bonus $7,052.50
Park Mitigation $13,700.00
Phase I — grant interest $67.601.30
TOTAL: $568,800.94
On October 22, 2013, (M&C C-26521) the City Council authorized the City Manager to execute a
Professional Services Agreement with Kimley—Horn and Associates, Inc., in the amount of $79,000.00 for
i the design and development of construction documents for Roadway and Drainage Improvements at Cobb
' Park.
I
[ The project was advertised for bid in the Fort Worth Star—Telegram on June 26, 2014 and July 3, 2014. On
,;
; July 24, 2014, the following bids were received:
The Base Bid work is to include site preparation, demolition, rehabilitation of 1700 plus feet of Cobb Park
Drive — to include concrete curb & gutter and drainage flumes and installation of concrete drainage structure
and channel. Included in the Base Bid items is a construction allowance in the amount of $20,000.00.
The Bid Alternate considers an additiona13501inear feet of asphalt roadway to tie into existing concrete
apron at the vehicular bridge.
It is recommended that the Base Bid amount of $383,875.55 and all Bid Alternates in the amount of
$84,159.05, together totaling $468,034.60, as submitted by JLB Contracting, LLC, be approved for award of
contract. The contract period is 120 calendar days.
Associated design/construction administration, inspection, testing and change order contingency funding
totals $21,766.34.
M/WBE OFFICE — JLB Contracting, LLC, is in compliance with the City's BDE Ordinance by committing
to 12 percent MBE participation on this project. The City's MBE goal on this project is 12 percent.
Construction is anticipated to commence in October 2014, and be completed in February 2015.
Cobb Park is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION:
The Financial Management Services Director certifies that upon approval of the above recommendations and
adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as
appropriated, in the Grants Capital Projects Fund, the Park Gas Well Leases Fund and the Street
Improvements Fund.
FUND CENTERS:
TO Fund/Account/Centers
Il GR74 441012 080475231000
1) GR74 538070 080475231000
2) C282 472074 808370216480
3) C282 541200 808370216480
3) C282 446310 801929990100
FRQM Fund/AccountlCenters
�67.601.30 2) GR74 538070 080475231010 �67.601.30
$67.601.30 41 C200 541200 808360216480 $153.000.00
� 6. 01.30 4) C282 541200 808370216480 $315.034.60
� 13.700.00
$13.700.00
3) C282 541200 801929990100 �13.700.00
3) C282 446100 801929961800 052.50
3) C282 541200 801929961800 052.50
CERTII+'ICATIONS:
Submitted for Citv Manager's Office b� Susan Alanis (8180)
Qriginating Denartment I-Iead: Richard Zavala (5704)
Additional Information Contact: Scott Penn (5750)
ATTACHMENTS
1. 8000BB PARK ROADDRAINAGE C282 AO(Revisedl.docx
2. 8000BB PARK ROADDRAINAGE GR74 AO(Revisedl.docx
3. Available Funds 09.08.2014.�df
4. C200 Funds Verification.docx
5. FAR — Erosion and Drainage 2004 CIP.pdf
6. GRZ4 and C282 Funds Verification.docx
7. Interest Funds avail8-19-14.pdf
8. MBE Com�liance Memo 8-18-14.�df
000515-1
ADDENDA
Pagc 1 of 1
SECTION 00 OS l5
ADDENDA
END OF SECTION
CITY O� POI2'P WORTH Cobb Park Road and Drainagc Improvements
S"iANDARD CONSTRUC'1'lON SPEGFiCA"I'ION DOCUMENTS 021G4
� Revised .luly l, 201 I
001113-1
�NVITATION TO BIUDGRS
Page 1 of 2
SECTION 00 1 l l3
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of Cobb Park Road and Drainage Improvements will be received
by the City of Fort Worth Purchasing Office:
City of Fort Worth
Purchasing Division
1000 Throckmorton Street
Fort Worth, Texas 76102
until 1:30 P.M. CST, Thursdav, July 24, 2014, and bids will be opened publicly and read aloud
at 2:00 PM CST in the Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist ofthe (approximate) following: This project consists of
reconst►�ucting approximately 2,100 linear feet of an existing 2-lane asphalt j•oadway. The
roadway will be reconstructed to a 24' wide, 5" asphalt roadway (2" Type D on 3" Type B) with
a 6" lime stabilized subgrade. In addition, 6" curb and gutter (selected locations along the
roadway), a concrete curbed flume, 1601inear feet of 18" RCP, and 400 linear feet of a concrete
pilot channel will be constructed. Miscellaneous grading, erosion control, signage, striping, and
cable fence repair is also included in the project.
PREQUALIFICATION
The improvements included in this project must be performed by a contractor who is pre-
qualified by the City at the time of bid opening. The procedures for qualification and pre-
qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
of Fort Worth's Pw•chasing Division website at ]lttp://www.fortworth o��/ptu�chasin�/ and
clicking on the Buzzsaw link to the advertised project foldeis on the City's Buzzsaw site. The
Conti�act Documents may be downloaded, viewed, and printed by interested contractors and/or
suppliers.
PREBID CONFERENCE
A prebid conference may be held as described in Section 00 21 13 -1NSTRUCTIONS TO
BIDDERS at the following location, date, and time:
DATE:
TIME:
PLACE:
LOCATiON
Tuesday, July 8, 2014
9:00 a.m.
La Gran Plaza (PACSD)
4200 S. Freeway, Ste. 2200
Fort Worth, Texas 76115
Conference #2
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City rese�ves the right to waive ir�•egularities and to accept or reject bids.
CI'I l' OP FOK"l� WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS'iRUCT10N SPFCIF'ICA'TION DOCUMGNTS 021G4
Revised )uly I , 201 1
0011 13-2
INVtTA'ftON'PO BIDDERS
Page 2 of 2
FUNDING — N/A
INQUiRIES
All inquiries relative to this procurement should be addressed to the followi�lg:
Attn: Scott Penn, Project Manager, City of Fort Wot•th
Email: scott.penn �,fortworthtexas. o�v
Phone: 817-392-5750
AND/OR
Attn: Misty Christian, P.E., ICimley-Hoi•n and Associates, Inc.
Email: misty.chcistian�kimley-hocn.com
Phone: 214-420-5600
ADVERTISEMENT DATES
June 26, 2014
July 3, 2014
END OF SECTION
CI"I�Y Or PORT WORTH Cobb Purk Road and Drainage Improvements
STANDARD CONSTRUCTION SVGCIFICATION DOCUMENTS 02164
Re��ised July I, 201 I
002113-I
iNS"I'RUC'IIONS TO BIDDERS
Page I of 9
SECTION 00 21 l3
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Cei•tain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which a�•e applicable to both the singular and plural
thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corpoi•ation
acting directly through a duly authorized representative, submitting a bid for
perfoiming the work contemplated under the Contract Documents.
1.2.2. Nom•esident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly autharized representative,
submitting a bid for performing the work contemplated under the Contract
Documents whose principal place of business is not in the State of Texas.
1.2.3. Successfi�l Bidder: The lowest responsible and responsive Bidder to whom
City (on the basis of City's evaluation as hereinafter provided) makes an
award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for el•rors or
misinterpretations resulting fi�om the Bidde�•s use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for
the pui•pose of obtaining Bids for the Work and do not authorize or confer a license
or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. All Bidders and their subcontractois are i•equired to be prec�ualified for the work
types requiring prequalification at the time of bidding. Bids t•eceived frotn contractors
- who are not p�•ec�ualified (even if inadvertently opened) shall not be conside�•ed.
Prequalification rec�uirement work types and documentation are as follows:
3.1.1. Paving — Requirements document located at;
htt�s://proj ect�oint.buzzsaw.com/foi-tworthgov/Resourcesi02%20-
%20Constructi on%20Documents/Conti•acto��0/o20P►•equal ificati on/TP W%20P
avin�7%20Contractot�%20Prequalification°/o20Pro�ran�!PREQUALIFICATIO
N%20REQUIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF
? �lt iblic
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at;
CI'iY OF PORT WORTN Cobb Park Road and Drainage Im�rovements
STANUARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Revised November 27. 2012
oozi �3-a
INS"PRUC'I'IONS TO BIDDERS
Page d of 9
� z Reference is made to Section 00 73 00 — Supplementaiy Conditions for identification
of:
4.2.1. those repo�-ts of explorations and tests of subsurface conditions at or
contiguous to the site which have been utilized by City in prepa�•ation of the
Contract Documents. The logs of Soil Borings, if any, on the plans are foi•
general information only. Neither the City nor the Engineer guarantee that
the data shown is representative of conditions which actually exist.
4.z.z. those drawings of physical conditions in or relating to existing surface and
subsurface structw•es (except Underground Facilities) which are at or
co�itiguous to the site that have been utilized by City in preparation of the
Contract Documents.
4.z.3. copies of such i•eports and drawings will be made available by City to any
Biddei• on request. Those reports and drawings may not be part of the
Contract Documents, but the "technical data" contained thei•ein upon which
Bidder is entitled to rely as provided in Paragraph 4A2. of the General
Conditions has been identified and established in Paragraph SC 4.02 of the
Supplementajy Conditions. Biddet• is j•esponsible for any interpretation or
conclusion dcawn fi•om any "technical data" oi• any other data, inte�•pt•etations,
opinions or information.
4.3. The submission of a Bid will constitute an incontrovertible �•epresentation by Bidder
(i) that Bidder has complied with eveiy requirement of this Pacagraph 4, (ii) that
without exception the Bid is pj•emised upon performing and fu►•nishing the Woj•k
rec�uired by the Contract Documents and applying the specific means, methods,
technic�ues, sequences oi• proceduces of construction (if any) that may be shown o�•
indicated or expressly re�uired by the Contract Documents, (iii) that Bidder has given
City written notice of all conflicts, errors, ambiguities and discrepancies in the
Conh•act Documents and the written resolutions thei•eof by City are acceptable to
Bidde��, and when said conflicts, etc., have not been resolved through the
interpretations by City as descj•ibed in Paragraph 6., and (iv) that the Contract
Documents are generally sufficient to indicate and convey undeistanding of all terms
and conditions for performing and furnishing the Worl<.
4.4. The provisions of this Pa�•agraph 4, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Nazardous Waste oi• Radioactive
Mate►•ial covered by Pa�•agt•aph 4.06. of the General Conditions, unless specifically
identified in the Contract Documents.
5. Availability of Lands for Woi•lc, Etc.
5.1. The lands upon which the Work is to be performed, rights-of=way and easements for
access thereto and odier lands designated for use by Contractor in performing the
Work are identified in the Contract Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment or
storage of materials and equipment to be incorporated in the Wock are to be obtained
and paid for by Contractor. Easements for permanent structures or permanent
changes in existing facilities are to be obtained and paid for by City unless othe��wise
provided in the Contract Documents.
Cl"I�Y Oi PORT ��ORTH Cobb Park Road and Drainage Improvements
STANDARD CONS'I RUCTION SPECIFICATION DOCUMENTS 0216d
Reviscd Nuvember 27. 2012
0021 13-5
INSTI2UC"1lONS TO BIDDERS
Page 5 of 9
52. Outstanding right-of-way, easements, and/o�� permits to be acquired by the City are
listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the
necessaiy right-of-way, easements, and/or permits are not obtained, the City rese�ves
the right to cancel the award of contract at any time before the Bidder begins any
construction work on the project.
5.3. The Bidde►• shall be prepa�•ed to commence construction without all executed right-
of-way, easements, and/or permits, and shall submit a schedule to the City of how
construction will pi•oceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be
directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening.
Questions i•eceived after this day may not be responded to. Inte1•pretations or
clarifications considered necessary by City in response to such c�uestions will be
issued by Addenda delivered to all pai�ties recorded by City as having received the
Bidding Documents. Only questions answered by formal written Addenda will be
binding. Oral and other interp�•etations or clarifications will be without legal effect.
Address c�uestions to:
City of Fort Worth
4200 S. Freeway, Suite 2200
Fort Worth, TX 76ll 5
Attn: Scott E. Penn, RLA, Parks and Community Se�vice
Fax:817-392-5724
Email: scott.penn cr,foi�tworthtexas.gov
Phone: 81 �-392-5750
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by City.
6.3. Addenda or clarifications may be posted via Buzzsaw at
https:Uprojectpoint.buzzsaw.com/ bz restlWeb/Home#/ bz resdWeb/Item/Items?fol
de� =408427&count=50&start=0&ownership=Home
6.4. A prebid conference may be held at the time and place indicated in the
Advertisement or INVITATION TO BIDDERS. Representatives of City will be
present to discuss the Pcoject. Bidders are encouraged to attend and participate in the
conference. City will transmit to all prospective Bidders of record such Addenda as
City considers necessa�y in response to questions arising at the confe�•ence. Oral
statements may not be ►•elied upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of
tive (5) percent of Bidde►�'s maximum Bid price on form attached, issued by a sw-ety
meeting the requirements of Paragraphs 5.01 of the General Conditions.
Ci'I'1' OF POT2"1� WORTH Cobb Park Road and Drainage Improvements
S"I�ANDARD CONSTRUCTION SPECIPICATION DOCUMLNTS 021Gd
Revised No� ember 27. 2012
0021 13-6
INSTRUCTIONS "f0 BIDDGRS
Page G of 9
7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of
Award have been satisfied. If the Successful Bidder fails to execute and deliver the
complete Agreement within 10 days after the Notice of Award, City may consider
Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder
will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults.
The Bid Bond of all other Bidders whom City believes to have a reasonable chance
of receiving the awa��d will be retained by City until final contract execution.
8. Contract Times
The numbe�• of days within which, or the dates by which, Milestones are to be achieved in
accordance with tlie General Requirements and tlie Wor•k is to be completed and i•eady for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Pi•ovisions foi• liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awa�•ded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "oi•-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "oc-
equal" item of matel•ial or equipment may be furnished or used by Cont1•actoi• if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedut•e for submission of any such application by Contractor
a�id consideration by City is set forth in Pai•agraphs 6.OSA., 6.05B. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requii•ements.
I1. Subcontractors, Suppliers and Others
1 1. I. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
12-201 ](as amended), the City has goals for the participation of minority business
and/or small business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretaiy. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Utilization FoT•m, Prime Contractoi•
Waivei• Foi•m and/or Good Faith Effot-t Form with documentation and/or Joint
Ventui•e Form as appropriate. The Forms including documentation must be received
by the City no later than 5:00 P.M. CST, five (5) City business days after the bid
opening date. The Bidder shall obtain a receipt fi•om the City as evidence the
documentation was ceceived. Failure to comply shall render the bid as non-
responsive.
1 1.2. No Contractor shall be rec�uired to employ any Subcontractor, Suppliec, other person
or organization against whom Contractor has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained fl•om the City.
CITY OP PORT 1��ORT}1 Cobb Park Road and Drainage 6nprovements
STANDARD CONST'RUCTION SPECIFICATION DOCUMEN7'S 02164
Revised November 27, 2012
0021 13-7
INSTRUCTIONS'I'O BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the person signing
the Bid Fo�m. A Bid price shall be indicated for each Bid item, alternative, and unit
price item listed therein. In the case of optional alternatives, the words "No Bid,"
"No Change," o►� "Not Applicable" may be entered. Bidder shall state the prices,
written in ink in both wo��ds and numerals, foc which the Bidder proposes to do the
work contemplated or furnish materials rec�uired. All prices shall be written legibly.
In case of disccepancy between price in written words and the price in written
numerals, the price in written words shall govern.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by pai•tnerships shall be executed in the partner•ship name and signed by a
partne�-, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venturer in the manner
indicated on the Bid Form. The official addj•ess of the joint ventui•e shall be shown.
I 2.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an ac]<nowledgement of receipt of all Addenda, the numbe�s of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regai•ding the
Bid shall be shown.
12.1 1. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Te�cas sl�all be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or 1NVITATION TO BIDDERS,
addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope,
marked with the City Project Number, Project title, the name and address of Bidder, and
accompanied by the Bid security and other required documents. 1f the Bid is sent through the
mail or other delive�y system, the sealed envelope shall be enclosed in a separate envelope
with the notation "BID ENCLOSED" on the face of it.
CITY Oi= FORT WORTH Cobb Park Road and Drainage Lnprovements
STANDARD CONS'iRUCTION SPECfFICA"TION DOCUNILN'I'S 02164
Revised No��cmber 27. 20I2
0021 13-8
1NS'I'RUC'ftONS TO BIDDERS
Page 8 of 9
14. Modification and Withdra�val of Bids
14. I. Bids addressed to the City Manager and filed with the Purchasing Office cannot be
withdrawn prior to the time set for bid opening. A request for withdrawal must be
made in writing by an appropriate document duly executed in tlle manner that a Bid
must be executed and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids. After all Bids not requested for withdrawal are
opened and publicly read aloud, the Bids for which a withdrawal request has been
properly filed may, at the option of the City, be returned unopened.
14.2. Bidders may modify their Bid by electronic communication at any time pj•ior to the
time set for the closing of Bid receipt.
15. Opening of Bicls
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of tlie base Bids and major alternates (if any) will be made available
to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for the time pei•iod specified for Notice of Award
and execution and delivery of a complete Agceement by Successful Biddei•. City may, at
City's sole discretion, �•elease any Bid and nullify the Bid security pi•ior to that date.
17. Evaluation of Bids and A�vard of Contract
17.1. City rese�ves the i•ight to reject any or all Bids, including without limitation tl�e i•ights
to reject any or all nonconforming, nonresponsive, unbalanced ar conditional Bids
and to ��eject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to malce an award to that Bidder, whether because the Bid is
not ��esponsive or the Bidder is unc�ualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by City. City also reserves
the right to waive informalities not involving price, conh•act time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figw•es
will be resolved in favoi• of the wo►•ds.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion
exists among the Bidders, Bidder is an interested pa�-ty to any litigation
against City, City or Bidder may have a claim against the other or be engaged
in litigation, Bidder is in a►•rea�s on any existing contract or has defaulted on
a previous cont��act, Bidde►• has pet•foi•med a prioi• contract in an
unsatisfactory manne�•, oc Bidder has uncompleted wot•k which in the
judgment of the City will prevent o�• liinder the prompt completion of
additional work if awarded.
CITY OF POR9' WOR"I�H Cobb Park Road and Drainage Improvemen(s
STANDARD CONSTRUC'f10N SPECIFICATION DOCUMBN"1'S 021G4
Revised November 27. 2012
0021 13-9
iNS"T'RUCTIONS TO BiDDERS
Page 9 of 9
17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and
other persons and o�•ganizations proposed for those portions of the Woric as to which
the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as provided in tlle Contract Documents oi• upon the request of the City.
City also may consider the opel•ating costs, maintenance requit•ements, perfo��mance
data and guarantees of major items of materials and equipment proposed for
incorpo��ation in the Work when such data is required to be submitted prior to the
Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other pet•sons and
organizations to pet•form and furnish the Work in accor•dance with the Conti•act
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pu�•suant to Te;tas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nom•esident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will awai•d the Contract within 90 days after the day of the Bid
opening unless extended in writing. No othe�� act of City or others will constitute
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
the City.
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the
required number of unsigned counterparts of the Agreement. Within 14 days thereafte�•
Contractor shall sign and deliver the required number of counterparts of the Agreement to
City with the required Bonds, Certificates of Insu►•ance, and all other required documentation.
City shall the�•eafter deliver one fully signed counte�•part to Contractor.
END OF SECTION
CI'IY OF FORT VJORTH Cobb Park Itoad and Draina�e lmprovements
S"TANDARD CONSTRUCTION SVECIFICA7'lON DOCUMEN'iS 021Gd
Re��ised No��ember 27_ 2012
00 35 13
BID FORM
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also
referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the
� attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS
Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City
�, Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also
be downloaded from the website links provided below.
http://www.ethics.state.tx. us/forms/CIQ. pdf
http://www. eth ics. state. tx. us/form s/C I S. pdf
�
❑
�
❑
BIDDER:
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
JLB Contracting, LLC
PO Box 24131
Fort Worth, Texas 76124
END OF SECTION
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
By: Sam Davis
Signature: � �� �
Title: President
Cobb Park 2014 Proposal
� ��
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The City Manager
c/o: The Purchasing Department
1000 Throckmorton Street
City of Fort Worth, Texas 76102
FOR: Cobb Park Road and Drainage Improvements
Cobb Park Drive: Glen Garden Drive to approx. 2000 LF north of Glen Garden Drive
Drainage Improvements: North of Glen Garden Drive, West of Cobb Park Drive
City Project No.: 02164
Units/Sections: Unit 1 Paving and Drainage
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish ail Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certi�cation
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and wili
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value like�y to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 Cobb Park 2014 Proposal
00 41 00
BID FORM
Page 2 of 3
3. Prequalification
The Bidder acknowledges that the following work types must be performed oniy by prequalified contractors and
subcontractors:
a. Asphait paving less than 15,000 SY
b. N/A
c. N/A
d. N/A
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 120 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The foilowing documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compiiance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders A
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. in
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the totai bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
Cobb Park 2014 Proposal
00 41 00
BID FORM
Page 3 of 3
6.3. Evaluation of Alternate Bid items
Total Base Bid
Additive Alternate
Total Bid
7. Bid Submittal
$383,875.55
$84,159.05
$468,034.60
This Bid is submitted on Thursday, July 24, 2014 by the entity named below.
Respectfully submitted,
gy; �
(Signature)
Sam Davis
(Printed Name)
� _.
Title: President
Company: JLB Contracting, LLC
� Address: PO Box 24131
Fort Worth, Texas 76124
State of Incorporation: Texas
EI11all: sdavis�jlbc_ontractirig.corn
� Phone: 817-261-2991
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
Receipt is acknowledged of the Initial
following Addenda:
Addendum No, 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
`���.��`�oniT�'�•,.
. a`� �''y':
C4RP� O ;
�
� �� f� ��
� ��
i �,, �
��''�:��, TE'�P5 ``���
����/f11111����
Cobb Park 2014 Proposal
SEC710N 00 42 43
PROPOSALFORM
1N142 43
BID PROPOSAL
Pnge I of I
Bid Summary
Base Bid
' Base Bid Subtotal
Total Base Bld y363,875.55
Additive Alternate Bid
Additive Altemate 1: Paving Improvements from Station —17+33 to End Subtotal
Total Addltive Alternate Bid 584,159.05
Total Bld a468 034.80
END OF SECTION
C[TY OF FORT NORTH
STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS
Fonn Revised 2012U I ZO
Cobb Park 201J Propowi
� . � 1 i • � ' � 1 • . •
I�
r,
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
� whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
� I, order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of �>�:�_�t�� 1-I��r�� �,�r ��,I<:r�l; , our principal place of business,
are required to be `%, I I,:� �: percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of ��j�:�i,^ I I;-�r�. c�r l�l����,1; , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. O
BIDDER:
JLB Contracting, LLC
PO Box 24131
Fort Worth, Texas 76124
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627
By: Sam Davis
�� ��
(Signature)
Title: President
Date: 7�2 �f ( �
--�
Cobb Park 2014 Proposai
I�
00 45 12
BID FORM
Page 1 of 1
SECTION 00 45 12
� * PREQUALIFICATION STATEMENT
�= Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Asphalt paving less than
15,000 SY JLB Contracting, LLC Jan-15
N�l� �;011l�)E:lll�,/ jAItllll(_' i i;'.li� Ur -{)�1!;r� I)l;i(; ���C;IC ill S�)�li:r�
N/A E;���� ��� � �� �� ,; ,. �� I����, z,� _i,<,�.��
N/A � �_,� , � i � �� � ,. _ I . ,
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
�
ii
BIDDER:
JLB Contracting, LLC
PO Box 24131
Fort Worth, Texas 76124
By: Sam Davis
�
(Signature)
Title: President
Date: 7�Z 4��( 4—
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120120
I�.1Z�7��X�3�L�7.1
Cobb Park 2014 Proposal
00 43 13
BID BOND
Page 1 of 1
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, (Bidder Name) Company Name Here hereinafter
called the Principal, and (Surety Name) ���� �� �� '. � .�� ����r��y i���i� H�r�" `f ����� �`� � �� �
_ x,. �
a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety,
are held and firmly bound unto the City, hereinafter called the Obligee, in the
sum of ' � �p�l�`�ut �diam�aers �i�r:�: , _ r e _ _s w�and No/100 Dollars
($ `�,�itr�3��'a�s F�er� =.00), the payment of which � sum will be well and truly made and the
said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firm by these presents.
WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee,
identified as Cobb Park Road and Drainage Improvements
Cobb Park Drive: Glen Garden Drive to approx. 2000 �F north of Glen Garden Drive
NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to
the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the
Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,
then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of
such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in
accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract
in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principai
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between
Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount.
SIGNED this day of
By: Company Name Here
, 2014.
(Signature and Title of Principal)
� ��
*By SureiyNameHer� .. �w_, �""���;�°� � �.. . ...�.�. . .�. � .x
�..._ . . .�..�� . ��� � w�,�.r _
(Signature of Attorney-of-Fact)
'`Attach Power of Attorney (Surety) for Attorney-in-Fact
END OF SECTION
Impressed
Surety Seal
Only
' CITY OF FORT WORTH
STANDARD CONSTRIJCTION SPEGFICATION DOCUMENTS
Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls
oo�sii-i
BIDDERS PREQUALIPICATIONS
Page 1 of 3
SECTION 00 45 l l
BIDDERS PREQUALIFICATIONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting
bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
Statement for the wo►�k type(s) listed with their Bid. Any contractor or subcontractor who is
not prequalified fo�� the work type(s) listed must submit Section 00 45 13, Bidder
Prequalification Application in accordance with the requirements below.
The pi•equalification process will establish a bid limit based on a technical evaluation and
financial analysis of the contractor. Tl�e information must be submitted seven (7) days pj•ior
to the date of the opening of bids. For example, a conti•actor wishing to submit bids on
projects to be opened on the 7th of April must file the information by the 31st day of March
in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
Prequalification Application, the following must accompany the submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
of Incorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, Certificate of Limited Partnership Agreement).
c. A completed Bidder Prec�ualification Application.
(1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
number visit the Texas Comptroller of Public Accounts online at the
following web address www.window.state.tx.us/taxpermit/ and fill out the
application to apply for your Texas ta� ID.
(2) The firm's e-mail address and fax number.
(3) The firm's DtINS mlmber as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DLJNS
number may be obtained at www.dnb.com.
d. Resumes ►-eflecting the construction experience of the principles of tlie firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
e. Other information as i•equested by the City.
2. Prequali�cation Requirements
a. Fi��ar�cial S�aternen�s. Financial statement submission must be provided in
acco►•dance with the following:
(1) The City requires that the original Financial Statement or a certified copy
be submitted for consideration.
CI'il' OP PORT WORT}1 Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIPICATION DOC(JMEN"CS 02164
Revised July l, 201 I
004511-3
BIDDERS PREQUAL►F1CATlONS
Page 3 of 3
d. If a contractor has a valid prequalification letter, the conti�actor will be eligible to bid
� the prequalified wori< types until the expiration date stated in the letter.
END OF SECTION
CITY OF FORT �VORTl1 Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUCTION SP[CI�ICA'1'ION DOCUMENTS OZ1Gd
Revised July l, 201 I
�..1 �� � � A �
SECTION 00 45 l3
BIDDER PREQUALIFICATION APPLICATION
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Street Address (required)
City
City
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State
State
Zip Code
Zip Code
Telephone Fax Email
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG W1TH FINANCTAL STATEMENTS TO:
CITY OF FORT WORTN TEXAS
1000 THROCI<MORTON STREET
FORT WORTH, TEXAS 761 02-63 1 1
AND MARK TNE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION"
ooas�s-z
AIDDER PREQUAUi'1CATION APPLICATION
Page 2 of 8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
cl�ecked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
MAJOR WORK CATEGORIES
Wate►• Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Gt•eater than 24-inch diameter casing and greate�•
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greate�� than 350 LF
Tunneling — 66" and greatei•, 350 LF and g►•eater
Tunneling — 66" and greatei•, 350 LF oi• Less
Cathodic Protection
Water Distribution, Development, 8-inch diametei• and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smalle�•
Water Distribution, Development, 12-inch diameter and smaller
Watei• Dist►•ibution, Urban and Rene�val, l2-inch diameter and smaller
Water Transmission, Developmeut, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smallei•
Water Transmission, Developtnent, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewe�• Bypass Pumping, 18-inches and smal lei•
Sewer Bypass Pumping, 18-inches — 36-inches
Sewe�• Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
C1TY Or PORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIPICnTION DOCUMFN'I S 02IG4
Revised Uecember 2Q 2012
ooas i3-s
BIDDER PRGQUALIPICATION APPLICATION
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smalle►•
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smallet•
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewec Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Intej•ceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, S-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Worles
X Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (LJNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 squat•e yards)
Concrete Paving Construction/Reconstruction (15,000 squa��e yards and GREATER)
Roadway and Pedestrian Lighting
� C1TY OP FORT WORT}I Cobb Park Road and Drainage Improvements
S'iANDARD CONS"TRUCTION SPL-CIi=1CA'iION DOCUNIEN"I'S 021G4
Revised December 2Q 2012
ooas i3-a
BIDDER PREQUALIPICATION APPLICATION
Page 4 of 3
List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has yout• organization been in business as a general contractor under yow• present
name?
List previous business names:
3. How many yeais of experience in
had:
construction wo�•k has your organization
(a) As a General Cont►•actor: (b) As a Sub-Contracto��:
*What pcojects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If rec�ualifying only show worlc performed since last statement.
S.Have you ever failed to complete any worl< awarded to you?_
If so, whe�•e and why?
6.Has any officei• or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WORTFI Cobb Purk Road and Drainage Improvements
STANDARD CONS"I�RUCTION SPECIFICATION DOCUMGN"I'S 02164
Revised December 2Q 2012
004513-�
BiDD[:R PREQUALIPICATION APPLICATION
Page � of 8
8. In what other lines of business are you financially inte�•ested?
9. Have you ever pe�-formed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials dw•ing the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of airy affiliates or relatives cw•rently debarred by the City. Indicate your relationship
to this pe�•son or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
j' 13. If any owner, office�•, director, or stockholdei• of your fir•m is an employee of the City, or shares the
[ same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, o�•
' director who does not live in the same household but who receives care and assistance fi•om that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or ma�•ciage.
CITY OP PORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC"T10N SVECIFICA"1lON DOCUMEN'1�S 021G4
Revised December 2Q 2012
ooas�s-�
BTDDGR PREQUALTPICATION APPLICATION
Page 6 oi' 8
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
President Is partnership general, li�nited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Pa►•tner•s/Officers
Secretaiy Limited Partners (if applicable)
Treasurer
LIMIT�D LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers oi• Managers (with titles, if any)
Except for limited partners, the individuals listed in the blodcs above a�•e presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, pa�•tnership agreement, power of attorney or other legal documentation which
grants this authority.
C1TY OF PORT WORT'H Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS 02164
Revised December 20. 2012
14. Equipment
ooas �3-�
BIDDER PREQUALIPICATION AFPL1CATlON
Page 7 of 8
$
TOTAL
BALANCESHEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
Similar types of ec�uipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, rese�ves the right to request a complete, detailed list of all your ec�uipment.
The equipment list is a representation of equipment unde►• the control of the fi�•m and which is related to
the type of work for which the firm is seeking qualification. In the desc►•iption include, the manufacturer,
model, and general common description of each.
C1TY OF POR'T' WORTH
STANDARD CONSTRUCTION SPFCIFICr\'iION DOCUNIE:NI�S
Revised Uecember 20, 2012
Cubb Park Road and Drainage Improvements
oz��a
il
0o as zb - �
CON'I'RACI'OK CO��IPLIfWCE WI'I7I WORKLR'S COMPENSATION LAW
Page I of 1
2
3
4
5
6
7
8
9
io
ii
12
13
14
15
16
��
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 02164. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
coN�����CTING, LLC
Company
Addres�ORT WORTH, TX 76124
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
`�
r�
By:
(Please Print)
Signature:
Sam Davis
Ticle:
(Pl a���i 1'1
BEFO,{RE M, the undersigned authority, on this day personally appeared
�.2 q.+-.� ��i , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to ine that he/she executed the same as
the act and deed of ,� � c;ONTRACTING, LLC for the purposes and
consideration therein expressed and in the capacity therein stated.
GNEN U R MY HAND AND SEAL OF OFFICE this 30�j day of
c��a(rr�/ , Zo�.
Notary ublic in and for th State of Texas
39 END Ol�' SECTION
�����PY ��� i
40 �o?�. �,� LINDA OLIPHANT
,��: Notary Public, State of T
exas
'.;,•,F 4+�.',` My Commission Fxpires
'���° �����'� March 10,
2017
CITY Of FOR"I WORTH
S'I'ANDf\RD CONSTRUCTION SPECIf'ICA7'ION DOCU��IL-:N"I'S
Revised Jidy I, 2011
Cobb Park Road and Drainage lmprovements
02164
�
00 �s ao - �
MINORI'I'Y AND WOMEN BUSTNF,SS ENTERPRISE GOAL
Page 1 of 1
SECTION 00 45 40
MINORITY BUSINESS ENTERPRISE GOAL
APPLICATION OF POLICY
If the total dollar value of the cont►•act is greater than $50,000, then the MBE subcontracting goal
may be applicable. If the total dollai• value of the contract is $50,000 or less, the MBE
subcontracting goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensw•e the full and equitable participation by Mino�•ity
Business Enterprises (MBE) in the p�•ocurement of all goods and services. All requirements and
regulations stated in the City's cur�•ent Business Diversity Enterprise Ordinance apply to this bid.
MBE PROJECT GOAL
The City's MBE goal on this project is 12% of the total bid (Base bid applies to Par•ks and
Cornmz�nity Services). Note: If both MBE and SBE subcontcacting goals are established for this
project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be
deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are
required to comply with the intent of the City's Business Diversity Ordinance by one of the
following:
1. Meet or esceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or esceed the above stated MBE goal through MBE Joint Venture participation, or
3. Good Faith Effort documentation, or;
4. Waiver documentation.
Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-
responsive. Any questions, please contact the M/WBE Office at (817) 392-6104.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the
times allocated, in orde�• fol• the enti�•e bid to be considered �-esponsive to the sbecificat
1. Subcontractor Utilization Form, if goal is met
orexceeded:
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goal:
3. Good Faith Ef'fort and Subcontractor
Utilization Form, if no MBE participation:
4. Prime Contractor Waiver Form, if tirm will
perform all subcontracting/supplier work:
5. Joint Venture Form, if utilizing ajoint ventw�e
to meet or exceed eoal.
received by �:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, eaclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
tl�e bid opening date, exchisive of the bid opening date.
received by �:00 p.m., five (�) City business days after
the bid opening date, eaclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid onenine date, exclusive ot�the bid onenine date.
END OF SECTION
CITY OF PORT VVORTN Cobb Park Road and Drainage Improvements
S"1'ANDARD CONSTRUCTION SPLCIFICATION DOCUMrNTS 02164
Revised December 2Q 2012
00 52 43 - 1
Agreement
Page 1 of 4
2
S�CTION 00 52 43
AGREEMENT
3 THIS AGRE�M�NT, authorized on October 14, 2014, is made by and between the City of
4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City
5 Manager, ("City"), and JLB Contractors. LLC., authorized to do business in Texas, acting by and
6 through its duly authorized representative, ("Contractor").
7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10
11
12
13
14
15
16
17
18
19
20
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Cobb Park Road and Draina�;e Improvements
City Pr�ect No. 02164
Article 3. CONTRACT TIlVIE
3.1 Time is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 120 calendar days after the date
23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General
24 Conditions.
25 3.3 Liquidated damages
26
27
28
29
30
31
32
33
34
35
Contractor recognizes that time is of the essence of this Agreement and that City will
suffer financial loss if the Work is not completed within the times specifed in Paragraph
3.2 above, plus any extension thereof allowed in accordance with Article 12 of the
General Conditions. The Contractor also recognizes the delays, expense and difficulties
involved in proving in a legal proceeding the actual loss suffered by the City if the Work
is not completed on time. Accordingly, instead of requiring any such proof , Contractor
agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay
City Six Hundred Fifty and no/100 Dollars ($650.00) for each day that expires after the
time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter
of Acceptance.
CITY OF FORT WORTH Cobb Park Road ai7d Drarnage Lnprove»rents
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 021 G4
' Revised August 17, 2012
36 Article 4. CONTRACT PRIC�
00 52 43 - 2
Agreement
Page 2 of 4
37 City agrees to pay Contractor for performance of the Work in accordance with the Contract
' 38 Documents an amount in current funds of Four Hundred Sixty-Eight Thousand, Thirty-Four and
39 60/100 Dollars ($468,034.60).
40 Article 5. CONTRACT DOCUII�NTS
41 5.1 CONTENTS:
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalifcation Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
a Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Commitment Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Cobb Park Road artd Drainage Lnprovernents
Ciry Project No. 02164
00 52 43 - 3
Agreement
Page 3 of 4
75 Article 6. INDEMNIFICATION
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its of�cers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alle�ed or p►•oven that all or some of the dama�es bein�
sou�ht were caused, in whole or in qart, bv any act, omission or ne�li�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its of�cers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its of�cers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is snecifically intended to onerate and be effective even if it is allesed or
proven that all or some of the dama�es bein� sou�ht were caused, in whole or in nart,
bv any act, omission or ne�li�ence of the citv.
Article 7. MISC�LLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will
99 have the meanings indicated in the General Conditions.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the City.
103 73 Successors and Assigns.
104 City and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon CITY and
111 CONTRACTOR.
l 12 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Cobb Park Road and Drainage Lnprovements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02164
Revised August 17, 2012
i�
00 52 43 - 4
Agreement
' ' Page 4 of 4
116 7.6 Other Provisions.
117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is
118 classified, promulgated and set out by the City, a copy of which is attached hereto and
119 made a part hereof the same as if it were copied verbatim herein.
120 7.7 Authority to Sign.
121
122
123
124
125
126
127
128
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties (`Bffective Date").
Contractor: City of Fort Worth
J �- 3 v.�. ;� c. -r �,.,G. � c. � c � `' C�� I��:X�'--
By: � /�,ti�.�;�,---
� �� Susan Alanis
By: ��,� � Assistant City Manager
(Signature) j �
Date �1 �- 1 1 � �� .,�
�-�.�-+ i3�-� ✓ � S f .
;'
Attest:
(Printed Name) City Secretary , ' .�
(Seal) �
Title: �2 lS r p C� � �c�_ ��
Address: Pa r� o� Z¢ t�/ �$ �
M&C G: �- %.��� ��, 5 0
Date: /D .- ! y- I �f ���j'� ��'
'�" °en o'�
�' °voa0000° �
City/State/Zip: p�2 � w•�T�.{ -�' y Approved as to Form and Legali .�`�� s�
�G� ��
�
Date Douglas W. Black
Assistant City Attorney
129
130
131
132
133
134
135
136
137
138
APPROVAL R
� ,
1
rd Zavala
_ _ , ---=_-- r
� ����cw��, ���Q��.�
�r�� II �1.`ee1�� Y�1'��
� Uv 17t�����a ��
°_
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
�
!:%
and Community Services Department
Cobb Park Road and Drairrage Improvemenls
Ciry Project No. 02164
006113-I
PERFORMANCE BOND
Page ( of 2
Bond No. 3184308
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
S�CTION 00 61 13
PERFORMANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY TH�SE PRES�NTS:
COUNTY OF TARRANT §
That we, JLB Contracting, LLC , known as "Principal" herein and
Westfield Insurance Companv , a corporate surety(sureties, if more than one)
duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Four Hundred Sixtv-
Ei�ht Thousand, Thirty-Four pollars and Sixty Cents ($468,034.60) lawful money of the United
States, to be paid in Fort Worth, Tarrant County, Texas for the paytnent of which sutn well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City
17 awarded the 14`�' day of October, 2014 , which Contract is hereby referred to and made
18 a part hereof for all purposes as if fully set forth herein, to furnish all materials, ec{uipment labor
19 and other accessories defined by law, in the prosecution of the Work, including any Change
20 Orders, as provided for in said Contract designated as Cobb Park Road and Drainage
21 Improvements, City Project No. 02164.
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and
24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full foi•ce and effect.
28
29
30
PROVID�D FURTH�R, that if any legal action be �led on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised July l, 2011
Cobb Park Road and Drainage Improvements
City Project No. 02164
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
Bond No. 3184308
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITN�SS WHER�OF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 24`�' day of October, 2014.
ATTEST:
rin ipal) Secretary
. �
Witness to Surety Elizabeth Gra
PRINCIPAL:
JLB CONTRACTING, LLC
BY: �/ �- �'�.
Signature
Sam Davis
Presidpnt
Name and Title
Address: P.O. Box 24131
Fort Worth, Texas 76124
SURETY:
WESTFIELI�-INSURANCE COMPANY
. '�- -
�`'��� y �=
BY: '� ` �
.O � 6,+
Kyle W. Sweenev, Attorney-in-Fact
Name and Title
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telephone Number: 972-516-2600
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Cobb Park Road and Drainage Improvements
City Project No. 02164
00 61 l4 - 1
PAYMENT BOND
Page I of 2
Bond No. 3184308
1
2
3
4
5
6
THE STATE OF TEXAS
S�CTION 00 61 14
PAYMENT BOND
COUNTY OF TARRANT
§
§ KNOW ALL BY TH�SE PRESENTS:
§
7 That we, JLB Contracting, LLC , known as "Principal" herein,
8 and Westiield Insurance Company , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 cor•poration created pursuant to the laws of the State of Texas, known as "City" herein, in the
12 penal sum of Four Hundred Sixty-Ei�ht Thousand Thirty-Four pollars and Sixty Cents
13 ($468,034.60), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
16
17
18
19
20
WHEREAS, Principal has entered into a certain written Contract with City, awarded
the 14`�' day of October 2014 , which Contract is hereby referred to and made
a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor
and other accessories as defined by law, in the prosecution of the Work as provided for in said
Contract and designated as Cobb Park Road and Drainage Improvements, City Project No. 02164.
21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
25 force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Gover�iment Code, as amended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
Cobb Park Road and Drainage Improvements
City Project No. 02164
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
00 61 l4 - 2
PAYMENT BOND
Page 2 of 2
Bond No. 3184308
1
r
2
3
IN WITNESS WH�REOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 24`�' day of October, 2014 .
PRINCIPAL:
JLB CONTRACTING, LLC
ATTEST:
ATTEST:
(Surety) Secretary
. i l,�J
Witness to Surety Elizabe Gray
BY: �� �'%�
Signature
Sam Davis
•..i�.,�
Name and Ttt e F`�
Address: P.O. Box 24131
Fort Worth, Texas 76124
SURETY:
WESTFIELD 1NSURANCE COMPANY
i;�� ; . ,(-
BY: �
/;;� ;, /,�
Signa z r�
, ;
. �- �
Kyle W. Sweeney, Attorney-in-F�act
Name and Title
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telephone Number: 972-516-2600
4
5
6
7
8
9
10
� d 11
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
bylaws showing that this person has authot•ity to sign such obligation. If Surety's physical
address is different fi�om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF S�CTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised July 1, 20l 1
Cobb Park Road n��d Drainage Lnprovements
City Project No. 02164
1
2
3
4
S
6
7
8
9
10
il
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
00 61 19 - 1
MAINTENANCE BOND
Pagc 1 of 3
Bond No. 3184308
SECTION 00 61 19
MAINTENANCE BOND
TH� STATE OF TEXAS
COUNTY OF TARRANT
.
KNOW ALL BY TH�S� P12ESENTS:
That we JLB Contracting, LLC , known as "Principal" herein and
Westiield Insurance Company , a corporate surety (sureties, if more than one)
duly authorized to do business in the State of Texas, known as "Sui•ety" herein (whether one or
more), are held and firmly bound unto the City of Fort V�orth, a municipal corporation created
pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four Hundred
Sixt�-Ei�ht Thousand, Thirtv-Four pollars and Sixty Cents ($468,034.60) lawful money of the
United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well
and truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
administrator•s, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 14��' day of October, 2014 , which Contract is hereby referred to and a made part
hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and
other accessories as defined by law, in the prosecution of the Work, including any Work resulting
from a duly authorized Change Order (collectively herein, the "Work") as provided for in said
contract and designated as Cobb Park Road and Draina�e Improvements, City Project No. 02164;
and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of nvo (2) yeai•s
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WH�I2EAS, Principal binds itself to repair or reconsn•uct the Work in whole or in part
upon receiving notice from the City of the need thereof at any time within the Maintenance
Period.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Cobb Park Road and Drainage Improvements
City Project No. 02164
i
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
00 61 19 - 2
MAINTENANCE BOND
Page 2 of 3
Bond No. 3184308
NOW TH�I2EFORE, the condition of this obiigation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
the Surety under this Maintenance bond; and
PROVID�D FURTHER, that if any legal action be filed on this Bond, venue shall (ie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Cobb Park Road and Drainage Improvements
City Project No. 02164
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
00 61 l9 - 3
MAINTENANCE E30ND
Page 3 of 3
Bond No. 3184308
IN WITNESS WH�REOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 24`�'
ATTEST•
(Princi al) Secretary
ATTEST:
(Surety) Secretary
�� �' ' ��
ure Elizabeth Gra �
Witness a4� S ty y
day of October, 2014 .
PRINCIPAL:
JLB CONTRACTING, LLC
BY: —'"'
Signature
Sam Davis
President
Name and Title
Address: P.O. Box 24131
Fort Worth, Texas 76124
SURETY:
WESTFIELI� INSURANCE GOMPANY
�: � � .
BY: i'� ' �j:%'Yi' f r � �
�= �fgnature ='
Kvle W. Sweeney, Attorney-in-Fact
Name and Title
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telerhone Number: 972-516-2600
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Cobb Park Road and Drainage Improvements
City Project No. 02164
IMPORTANT NOTICE
To obtain information or make a complaint:
You may cali Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's
toll-free telephone number for information or to
make a compiaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance
Company at:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
You may contact the Texas Department of
Insurance to obtain information on
companies, coverages, rights or compiaints
at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(c�tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should
contact the agent or Westfield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved,
you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede ilamar al numero de telefono gratis de
Westfield Insurance Company's / Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-368-3597
Usted tambien puede escribir a Westfield Insurance
Company / Ohio Farmers Insurance Company:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtectionCa�tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o
Westfield Insurance Company / Ohio Farmers
Insurance Company primero. Si no se resuelve la
disputa, puede entonces comunicarse con el
depattamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUs POWER BEAR�N� i tti5 �HMt
, POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Power
POWER NO. 4220052 06
Westfield Insurance Co.
`` of Attorney Westfield National Insurance Co.
' Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, �hio
' Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfieid Center, Medina County, Ohio, do by these
; presents make, constitute and appoint
' CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETN GRAY, JOINTI.Y OR SEVERALLY
' of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
'; place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - •
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
'GUARANTEE, OR BANK DEPOStTORY BONDS.
' and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
'seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the foilowing resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
' "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shali
' be and is hereby vested with fuli power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
' and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and a�y and all
4' notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shali be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"8e it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
heid on February 8, 2000).
!n Witness Whereof, WESTFIELD INSURANCE COtviPANY, WESTFIE�D NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of
APRIL A.D., 2011 _ ,
Corporate r��as����J��.,'
Sea�s �O �••''....., �C� ;`
Affixed � �v;• � tip �,
? Nj �J�� ro
��••. .�o. ��.�i
� '�• .....-.�''� .rS
State of Ohio """"
County of Medina ss.:
„��„�.,..,,
`O P.��QNA( �NSG� '
; ��: .
='-r= SEAL �9�:
' C� -
:N: 'rn=
=�v: :�;
-;2,•. •:o;
�"''�� �� � � � �:,,,,,.,'�``.
+
s: 1�48 ;
«�� •-Q--• �'
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
l� ` •
BY. � �
Richard L. Kinnaird, Jr., National Surety Leader and
Senior Executive
On this 20th day of APRIL A.D., 2017 , before me personally came Richard L.. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides'in. Medina, �hio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
. NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY, the companies described in and which executed the above
'' instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial `�N..�«�� „ •
Seal �•�` Ft� ANL� S'�*t,, .
Affixed .�Q;.- =
Q, ���,1��/% 9 " ..
Z: �; i;: �%. r"
.^� ..� William J. Kahelin, A rney at Law, Nota�y Public
State of Ohio '_ N d. ��o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
`County of Medina ss.: 4 �o��, '
���" ��,..��.���•"
i, Frank A.. Carrino, Secretary of WESTFIELD I,NSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby. certify that the abov.e and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in fuil force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, i have hereunto set my hand and affixed the seals of said Compani.;s at Westfield Center, Ohio, this 24th day of
October�. a'D':� 2014 ,,,,
y��� 114! ���111I�1��� '
�°`��S,Y1i�,vC's,` ``,�`P.��nNA(�tis�
�� '''' .�oy •z� - ; O.�'�' ••G,"'-
�u_ •' t0�} ig ; �: ' -. � :
M � ��t.C9.�U� 'b � = N; SEAL :m =
��r''• Y�� lr�t :'''• •:O =
..k . .
�.��,,,,,,�•
/r I� � 1
l `���'
j Secretary
Frank A. Car�rina, �e�retary
BPOAC2 (combined) (06-02j
� � �
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
ciT�v or roaT woRTH
STANDARD CONSTRUCTION SPECIFCA"IION DOCUMENTS
Revision: Decemba2l, 2012
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Article 1— Definitions and Terminology .............................................................................
1.01 Defined Terms ..................................................................................................
1.02 Terminology .....................................................................................................
Page
................1
................1
................ 6
Article2— Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents ....................................................................................................................7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Worlc .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconsh-uction Conference .......................................................................................................... 8
2.06 Public Meeting ..............................................................................................................................8
2.07 Initial Acceptance of Schedules .................................................................................................... 8
Article 3— Contract Documents: Intent, Amending, Reuse .................................................................
3 .O 1 Intent ........................................................................................ ........................ ...................
3.02 Reference Standards ...........................................................................................................
3.03 Reporting and Resolving Discrepancies ............................................................................
3.04 Amending and Supplementing Contract Documents ........................................................
3.05 Reuse of Documents ..........................................................................................................
3.06 Electronic Data ...................................................................................................................
....... 8
....... 8
....... 9
....... 9
.....10
.....10
.....11
Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ........................................................................................................... l l
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsurface or Physical Conditions .............................................................................12
4.04 Underground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site ..............................................................................14
Article 5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................................................18
5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities .............
6.01 Supervision and Superintendence....
................................................19
................................................19
CI'I'Y OP FOR7' WORTH
S"fANDARD CONS'I'RUCTION SPECIFCATION DOCUMEN7'S
itevision: [k�:emba2l. 2012
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Worl<ing Hours ................................................................................................................20
Services, Materials, and Equipment ........................................................................................... 20
ProjectSchedule ..........................................................................................................................21
Substitutes and "Or-Equals" ....................................................................................................... 21
Concerning Subcontractors, Suppliers, and Others ....................................................................24
WageRates ..................................................................................................................................25
PatentFees and Royalties ........................................................................................................... 26
Permitsand Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes...........................................................................................................................................28
Useof Site and Other Areas ....................................................................................................... 28
RecordDocuments ......................................................................................................................29
Safetyand Protection .................................................................................................................. 29
SafetyRepresentative .................................................................................................................. 30
Hazard Communication Programs ............................................................................................. 30
Emergencies and/or Rectification ............................................................................................... 30
Submittals.................................................................................................................................... 31
Continuingthe Work ................................................................................................................... 32
Contractor's General Warranty and Guarantee ..........................................................................32
Indemni�cation .........................................................................................................................33
Delegation of Professional Design Services .............................................................................. 34
Rightto Audit .............................................................................................................................. 34
Nondiscrimination....................................................................................................................... 3 5
Article7- Other Worlc at the Site ................................................................................................................... 35
7.01 Related Worlc at Site ................................................................................................................... 35
7.02 Coordination ................................................................................................................................36
................................. 36
................................. 36
................................. 36
................................. 36
................................. 36
................................. 36
................................. 36
................................. 37
. n isc os ....................................................................37
8.09 Compliance with Safety Program ............................................................................................... 37
Article 8 - City's Responsibilities ..................................................................................
8.01 Communications to Contractor ..................................................................
8.02 Furnish Data ...............................................................................................
8.03 Pay When Due ...........................................................................................
8.04 Lands and Easements; Reports and Tests ..................................................
8.05 Change Orders ............................................................................................
8.06 Inspections, Tests, and Approvals .............................................................
8.07 Limitations on City's Responsibilities ......................................................
8 08 U d' 1 ed Hazardous Environmental Condition
Article 9- City's Observation Status During Construction ........................................................................... 37
9.01 City's Project Representative .....................................................................................................37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Worlc ..................................................................................................38
9.04 Rejecting Defective Worlc ..........................................................................................................38
9.05 Determinations for Worlc Performed ..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
i CITY OF FORT WORTH
S"PANDARD CONSTRUCTION SPECIFCA'i'ION UOCUMENTS
. Revision: Dece�nber2l, 2012
Article 10 - Changes in the Worlc; Claims; Extra Worlc ..........................................
10.01 Authorized Changes in the Worlc .........................................................
10.02 Unauthorized Changes in the Work .....................................................
10.03 Execution of Change Orders .................................................................
10.04 Extra Worlc ............................................................................................
10.05 Notification to Surety ............................................................................
10.06 Contract Claims Process .......................................................................
..........38
...........38
,.......... 39
...........39
........... 39
........... 39
...........40
Article 11 - Cost of the Worlc; Allowances; Unit Price Worlc; Plans Quantity Measurement ......................41
11.01 Cost of the Worlc .........................................................................................................................41
11.02 Allowances ..................................................................................................................................43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quantity Measurement ...................................................................................................... 45
Article 12 - Change of Contract Price; Change of Contract Time .................................................................46
12.01 Change of Contract Price ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................47
12.03 Delays .......................................................................................................................................... 47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Worlc ......................48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Worlc ...........................................................................................................................48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Work ........................................................................................................................49
13.05 City May Stop the Worlc .............................................................................................................49
13.06 Correction or Removal of Defective Worlc ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Worlc ................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 - Payments to Contractor and Completion ......................................
14.01 Schedule of Values ........................................................................
14.02 Progress Payments ........................................................................
14.03 Contractor's Warranty of Title .....................................................
14.04 Partial Utilization ..........................................................................
14.05 Final Inspection .............................................................................
14.06 Final Acceptance ...........................................................................
14.07 Final Payment ................................................................................
14.08 Final Completion Delayed and Partial Retainage Release ..........
14.09 Waiver of Claims ..........................................................................
Article 15 - Suspension of Worl< and Termination .........................
15.01 City May Suspend Work ..............................................
15.02 City May Terminate for Cause ....................................
15.03 City May Terminate For Convenience ........................
Article 16 - Dispute Resolution .........
16.01 Methods and Procedures
.............................................. 52
.............................................. 52
.............................................. 52
.............................................. 54
.............................................. 55
.............................................. 55
.............................................. 55
.............................................. 56
.............................................. 56
.............................................. 57
............................................................. 57
............................................................. 57
............................................................. 58
............................................................. 60
............................................................. 61
............................................................. 61
CITY OF FORT WORTH
S"I�ANDARD CONSTRUCTION SPECIPCATION DOCUMENTS
Revision: [krc�nber2l, 2012
Article17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice ..............................................................................................................................62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ...............................................................................................................63
17.05 Headings ......................................................................................................................................63
CI'I Y O� FORT WORTH
S'TrWDARD CONSTRUCTION SPECIFCA'T�ION DOCUMGNTS
Revision: Dece�nber2l, 2012
oo�aoo-i
General Condilions
Page I of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Tef•n�s
A. Wherever used in these General Conditions or in other Contract Documents, the teims listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Acldenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agree�ne�zt The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for• Paynzent The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
5. Awczrcl — Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder�—The individual or entity who submits a Bid directly to City.
Bicldzng Document.s—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Reqari��ements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Birsiness Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Ba�zzsaw — City's on-line, electronic document management and collaboration system.
12. Cale»dar Dcry — A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Re��ision: R�e�nber2l, 2012
00 �z oo - i
General Conditions
Page 2 of 63
13. Cl�ange O�-der•—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Worlc is to be
performed.
15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Coatncil - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Co�ztract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
19. Contr�ct—The entire and integrated written document between the City and Contractor
concerning the Worlc. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
20. Contract Dociiments—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. Cont�•crct Pf�ice—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Worlc).
22. Contract Tinze The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
23. Contractor—The individual or entity with whom City has entered into the Agreement.
24. Cost of the Worlc—See Paragraph 11.01 of these General Conditions for definition.
crry or rofz�r woRTH
S'I'ANDARD CONSTRUCTION SPECIFCATION UOCUMLNTS
Revision: Decanber2l, 2012
00 �z oo - i
General Condi�ions
Page 3 oF63
25. Dmnage Clai�ns — A demand for money or services ai7sing from the Project or Site fi-om a
third party, City or Contractor exclusive of a Contract Claim.
26. D�ry or day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Avic�tion — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Di��ector of Parks ccnd Community Services — The officially appointed Director of the Parlcs
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director• of Planizing ancl Developnaent — The officially appointed Directar of the Planning
and Development Deparhnent of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
30. Director of Transportation Public Worl�s — The officially appointed Director of the
Transportation Public Worlcs Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director of Water Departme�at — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drcztivings—That part of the Contract Documents prepared ar approved by Engineer which
graphically shows the scope, extent, and character of the Worlc to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
35. Extra Worlc — Additional worlc made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents. Extra worlc shall be part of the Worlc.
36. Fiel�l Order — A written order issued by City which requires changes in the Worlc but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
worlc type at the time of award.
37. Fir�al Acceptcmce — The written notice given by the City to the Contractor that the Worl<
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FOR'i WORTH
STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS
Revision: R�ce�nber2l, 2012
00 �z oo - i
Gcneral Conditions
Page 4 of 63
38. Fin�zl b�spection — Inspection carried out by the City to verify that the Conh-actor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
39. General Reqa�treme��ts—Sections of Division 1 of the Contract Documents.
40. Hazardozrs Environm�entcil Conclition—The presenee at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. Hazardozrs Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
42. Lczws czncl Regr�lations—Any and all applieable laws, rules, regulations, ordinanees, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. Major Item — An Item of wark included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
45. Milestone—A principal event speciiied 'm the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. Notice of Awarcl—The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
i_ 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the
Work specified in Contract Documents.
48. PCBs—Polychlorinated biphenyls.
49. Petrolea�m—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans — See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC:IFCATION DOCUMENTS
Revision: Dc�emher2l, 2012
007200-I
Gcneral Conditions
Page 5 of 63
51. Project Scl�edcrle—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Worlc within the Contract Time.
52. P��oject—The Work to be performed under the Contract Documents.
53. Pr•oject Representcztive The authorized representative of the City who will be assigned to
the Site.
54. PLrblic Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
55. Raclioczctive Materzal—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
56. Rega�lar Worlcir�g Hoacrs — Hours begim�ing at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Samples—Physical examples of materials, equipment, or worlcmanship that are
representative of some portion of the Worlc and which establish the standards by which such
portion of the Worlc will be judged.
58. Sclzedule of Szrbmittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Scl�edzrle of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Worlc and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Worlc is to be performed, including rights-of-way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specifications That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Worlc, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontrcrctor•—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Worlc at the Site.
CITY OF FORT \�ORTFI
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dece�nbci 21, 20I2
007200- I
General Conditions
Page 6 of 63
63. Sirb»�ittr�ls—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Worlc.
64. Sarccessfirl Bidder The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superzntendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplenaentary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Sa�pplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Worlc by Contractor or Subcontractor.
68. Unclergroa�nd Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Worlcing Hoarrs — 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. Woriz The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day — A working day is deiined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Ternzinology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certai�T Terms or Adjectives:
crry or rorrr wo�rrf i
STANDARD CONSTRUCTION SPECIFCA'i'lON DOCUMENTS
Re��ision: Dccanber2l, 2012
00 72 00 - I
General Conditions
Page 7 of 63
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of lilce effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of lilce effect or import are used to describe an action or determination of City as to
the Worlc. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specifc statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; ar
c. has been damaged prior to City's written acceptance.
D. Fur-nish, Instczll, Perforna, Provide:
l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Worlc including all necessary labor, materials, equipment,
and everything necessary to perform the Worlc indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-lcnown
technical or construction industry or trade rneaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Copies ofDocu�ne�a�ts
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contr•act Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Co�nmencement of Contract Tin2e; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CI'I'Y OF FORT WORTH
STANDARD CONS"I'RUCI'ION SPECIFCA7'ION DOCUMENTS
Revision: CkCember2l, 2012
00 72 00 - 1
Generol Conditions
Page � of 63
2.03 Stcn�ting t1�e Wor1c
Contractor shall start to perform the Woric on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Sta��ti�zg Constri�ction
Baseline Scheda�les: Submit in accordance with the Contract Documents, and prior to starting the
Worlc.
2.05 Preconstruction Confef•ence
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
speciiied in the Contract Documents.
2.06 Paiblic Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initr�al Acceptance of Sclaedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 I��tent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereo fl to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom ar trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be
written in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as "the Contractor
shall," "in confornuty with," "as shown," or "as specified" are intentional in streamlined
sections. Omitted words and plu•ases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the fonnat of the
ci1 v or roa r���oR�rt�
STANDARD CONSTRUCTIUN SPEGFCATION DOCUMENTS
, Revision: Dac��nber2l, 2012
00 72 00 - 1
General Conditions
Page 9 oF63
section. The Contractor shall not talce advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Worlc under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Stan�lar•ds
A. Standards, Specifications, Codes, Laws, and Regulations
Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, ar to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Worlc or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Repor•tirlg ca��d Resoh�ing Discrepancies
A. Repor•ti��g Discrepancies:
Contrcactor's Review of Contract Documents Before Startiiag Wor�%z: Before undertalcing each
part of the Worlc, Contractor shall carefully study and compare the Contract Documents and
checic and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, errar, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of CoJztract Doctirnents During Perfornzcznce of Worlc: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Worlc affected thereby (except in an emergency as required by Paragraph
crry oF FOEz�r woFrrf�
S'tANDA1tD CONS"I'RUC"I'ION SPEC[FCATION DOCUMENTS
Re��ision: Deceinbc�21, 2012
00 72 00 - I
General Conditions
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepczrzcies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Sicpplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
3.05 Reuse of Docarments
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer,
including elech-onic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written
verification or adaptation by Engineer.
' crry oe roa�r �vorrrE�
S"I'ANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: f�xe�nba21, 2012
ao �z oo - i
General Conditions
Page I I o(63
B. The prohibitions of this Paragraph 3.05 will survive fina
Contract. Nothing herein shall preclude Contractor from
Documents for record purposes.
3.06 Electronic Data
1 payment, or termination of the
retaining copies of the Contract
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also lcnown as hard copies) and other
Specifications referenced and located on the City's Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are furnished only for the convenience of the
receiving party. Any conclusion or information obtained ar derived from such electronic files
will be at the user's sole rislc. If there is a discrepancy between the electronic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party malces no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of soflware application packages, operating systems, or computer hardware
differing from those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFEI2ENCE POINTS
4.01 Avczilabili.ty ofLcznds
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but speciiically related to use of the Site with which Contractor must comply
in performing the Worlc. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project
Schedule submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Worlc is to be performed.
CITY OF FORT WORTH
S7'ANDARD CONSTRUCTION SI'GCIFCATION DOCUMENTS
Revision: Dece�nt�er21, 2012
OU7200-I
General Conditions
Page 12 of63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Sa�bsinf�zce and Physical Conditions
A. Repor�ts and D��arvings: The Supplementary Conditions identify:
1. those reports lcnown to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Li�nitecl Reliance by Contrczctor on Technical Datcz Authorized.• Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identiiied in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
l. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; ar
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Scrbsttrface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitied to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WpRTH
S7'ANDARD CONSTRUCTION SPEC[FCATION DOCUMFNTS
` Re��ision: Dc�ce�nbc� 21. 2012
00 �z oo - i
General Conditions
Page 13 of 63
then Contractor shall, prornptly after becoming aware thereof and before further clisturbing the
subsurface or physical conditions or performing any Worlc in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Pr•ice cr�zd Time Adjirstme�zts
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor Icnew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; ar
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Undergr�otrnd Fczci.lities
A. Sl�own or b�dicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Engineer by the owners of such Underground
Facilities, including City, ar by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Worlc with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Worlc.
B. Not Shown or Indicczte�l.•
1. If an Underground Facility which conflicts with the Worlc is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or perfornung any
CITY OF FOR'I' WORTFI
S'i'ANDARD CONSTRUC'I'ION SPECIPCATION DOCUMENTS
Revision: Decenbc� 21, 2012
00 72 00 - 1
General Conditions
Page 14 ol'G3
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
icientify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including explaratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Worlc. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall malce no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor.
4.06 Hcrzardous Environnzentc�l Condition at Site
A. Repor•ts crnd Drc�wings: The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Lin�ited Rehance by Contractor on Technicc�l Data Aasthorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not malce any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
ci1�v or- roa�r wo�rrH
STANDARD CONSTRUC"T`ION SPEC[FCA"T'ION DOCUMENTS
Revision: Deece�nl�'21, 2012
00 �z oo - i
General Conditions
Page I S �f 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, inteipretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of ar conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Worlc in connection with
such condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or talce
corrective aetion, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Worlc may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Worlc based on a
reasonable belief it is unsafe, or does not agree to resume such Worlc under such special
conditions, then City may order the portion of the Worlc that is in the area affected by such
condition to be deleted from the Worlc. City may have such deleted portion of the Woric
performed by City's own forces or others.
G. To t17e fi�llest extent permittecl by Laws cznd Regtticttio�as, Contrczetor shczll indemnify c��ad hold
hcz��mless Ci ,ty, froni «ncl c�gait�st ttll elt�ims, eosts, losses, and dc�m�c�ges (inelu�li�ag bttt not linzited
to all fees cmd ehccrges of e�zgineers, czr•elziteets, c�ttorneys, cc�icl other professionczls m�cl call eocrrt
or arbitratro» or� other dispute resolzetion eosts) c�rising oaet of or relating to c� Hazc�rclous
Enviroizn�iental Coi�dition crec�ted by Contractor or by anyo�ze for whom. Contr•actor is
responsible. Nothing in tlzis Parczgraph 4.06.G slzall obligate Coizt��aetor to in�lem�zify cany
t�nclt�vidi�al o�° e»tity fr�on�� rnid czgcrinst the co»sequences of tlaat ir�dzvidual's o�� entity's ow�a
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WOR'I'FI
STANDARD CONS"I'RUCTION SPECIFCATION DOCUMENTS
Revision: Dece�nbc� 21, 2012
00 �z oo - �
Geneial Conditions
Page 16 of 63
ARTICLE 5— BONDS AND INSURANCE
5.01 Licensed Sirreties cozd basurer•s
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payme�zt, and Maintenance Bonds
' A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 ar successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Deparhnent of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is ternunated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificntes of If�sur-ance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested
by City or any other additional insured) which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUNIENTS
Revision: Decem�21, 2012
007200-I
General Conditions
Page 17 oF63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be coinplete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for warkers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Rislc Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
C1TY OF FOR7' WORTH
STANDARD CONS"IRUC'I'ION SPECIFCATION DOCUMF.NTS
Revision: Daember2l, 2012
00 �z oo - i
Geneial Conditions
Page I S of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjushnents shall be
incorporated into the Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, lirnitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Coratrczctor's Insirrai�ce
A. Worlcers Compensc�tion anc� Ernployers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Worlcers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Worlc being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Worlc and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Worlc, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sicicness or disease, or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FOR'I' WORT}1
STANDARD CONSTRUCI ION SPECIFCATION DOCUMEN'1'S
Revision: Decanber2l, 2012
00 �z oo - i
General Conditions
Page I 9 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorseinents that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Atrtornobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non-owned and provide indemnity far claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Rczilroacl Protective Liability. If any of the worlc or any warranty warlc is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identiiied in the
Supplementary Conditions.
E. Notification of Policy Cancell�tiof�: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worlced pursuant to this section.
5.05 Acceptance of Bonds arzcl Insatrance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Docutnents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor
shall provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance
required by the Contract Documents, the City shall notify the Contractor in writing of such failure
prior to the start of the Worlc, or of such failure to maintain prior to any change in the required
coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Sctperviston and S�rpe�•i»te��clence
A. Contractor shall supervise, inspect, and direct the Worlc competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
C1TY OF FORT WOR"I'H
STANDARD CONSTRUCTiON SPGCIFCATION DOCUMENTS
Revision: Dece�nbe�21, 2012
007200- i
General Conditiuns
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
spealcing, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
6.02 Labor; Worlcing Hoarrs
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Worlcing Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Worlcing Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Worlcing Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
6.03 Services, Materic�ls, and Eqttipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
C1TY OP FORT WORTH
S7'ANDARD CONSTRUCi'ION SPECIFCA"1'ION DOCUMEN'I'S
Revision: Chxanba 21, 2012
00 �z oo - �
General Conditions
Page21 ot'63
C. All materials and equipment to be incorporated into the Worlc shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Pf�oject Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjushnents will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjushnents in Contract Time
may only be made by a Change Order.
6.05 Substitattes c�nd "Or-Eq�ttals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no lilce, equivalent,
or "or-equal" item or no substitution is pernutted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or•-Equal " Iterns: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Worlc will be required, it may be considered by City as an "or-equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WOR"I'H
STANDARD CONSTI2UCl'ION SPECIFCA'1'ION DOCUMENTS
Revision: Dece�nber2l, 2012
00 �z oo - �
General Conditions
Page 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Worlc:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Satbstiti�te Items:
; a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an"or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
deternune if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section O1 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that speciiied;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other worlc on the Project) to adapt the design to the proposed
substitute item;
C1TY OF FORT WORTH
S"I'ANDARD CONS"I'RUCI'lON SPfCIFCA"I'lON DOCUMENTS
Revision: D�e�nUa21, 2012
00 �� oo - �
General Conditions
Page 23 oC63
c) whether incoiporation or use of the proposed substitute item in connection with
the Worlc is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. SZtbstitute Constrcrction Metl�ods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall malce written application to City for
review in the same manner as those provided in Paragraph 6.OS.A.2.
C. City's Evaluatio»: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination.
D. Special Gararantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Co��tractof� shall
i�acle��anify c�r�d hold har•n�less City c�nd aiayone directly or inclirectly employed by tlzena from �nd
c�gainst c�ny cz��d crll elc�ims, damcrges, losses a�ad expenses (inelucling attorneys fees) arising ortt
of the use of strbsti�ttrted n2atericzls or equipm�ent.
E. City's Cost Rein�ban�sement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for malcing changes in the Contract Documents (or in the
provisions of any other direct contract with City) resulting from the acceptance of each proposed
substitute.
F. Contr�actor's Eapense: Contractor shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CITY OF FORT WOR'I'FI
STANDARD CONSTRUCTION SPECIFCATION DOCIIMENTS
Revision: December2l, 2012
00 �z oo - i
General Conditions
Page 24 of 63
G. Crty Sirbstitcrte Rein�bt�rsement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Sirbcontractors, Sz{ppliers, and Others
A. Contractor shall perform with his own organization, worlc of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Business Diverszty Enterprise Ordinance Compliance: It is City policy to ensure the full and
equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the
procurement of goods and services on a contractual basis. If the Contract Documents provide for
a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business
Diversity Ordinance (as amended) by the following:
l. Contractor shall, upon request by the City, provide complete and accurate information
regarding actual work performed by a MBE and/or SBE on the Contract and payment
therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds
for termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Worlc just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCI'ION SPF.CIFCATION DOCUMENTS
Revision: Dece�nbcr2l, 2012
00 �z oo - i
General Condi�ions
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Worlc of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Worlc under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractar.
H. All Worlc perFormed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pczy Prevailing Wage Rc�tes. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates deternuned by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worlcer employed for each
calendar day or part of the day that the worlcer is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complczznts of Violations and City Determination of Goocd Cczacse. On receipt of information,
including a complaint by a worlcer, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall malce an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worlcer of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
CITY OF PORT WORTH
STANDARD CONSTRUCT[ON SPGCIFCATION DOCUMENTS
Revision: Decanber2l, 2012
00 �z oo - �
Gencial Conditions
Page 26 of 63
D. Arbitration Regirirecl if Violcrtion Not Resoh�ed. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractar or Subcontractor and any
affected worlcer does not resolve the issue by agreement before the 15th day after the date the
City malces its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the llth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
iinal and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, far a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payrnents. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wnge Rcztes. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Sa�bcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Pcztent Fees cznd Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Warlc of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work and if, to the actual knowledge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City
to disclose such information does not relieve the Contractor from its obligations to pay for the
use of said fees or royalties to others.
B. To zhe fi�llest extent pe���m�itted by Laws and Regulations, Contractor shall ir�clem»ify and hold
har�nless Ci .ry, fron7 and against all claims, costs, losses, and dczmages (irlcluding btrt no! limited
to all fees and charges of enginee�°s, m�clzitects, aztorneys, and other profession�ds and czll coirf-t
or czrbitration or otl�er disparte resolution costs) arisr�ng out of or relating to czny i��fringement of
patent rights or copyrights incrdent to tlie use in the performance of the Work or ��esulting from
CITY OF FORT 4VOR'Ttl
STANDARD CONS"I'RUC"I'ION SPECII'CATION DOCUMENTS
Revision: Decenbc�'21, 2012
00 �z oo - i
General Conditions
Pagc 27 of 63
the i»corporation i» the Worlc of any invention, clesig», process, product, or device not specified
i�n the Contract Doc�nner�ts.
6.09 Pern�its crnd Utilities
A. Co�ztrccctor obtcri»ed per•»zits a�zd lice��ses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution
of the Worlc which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Worlc.
B. City obtczined permits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the pernut. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstandiizg perinits arrd licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Lctws cznd Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Worlc. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Worlc lcnowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPGCIFCA'I'ION DOCUMENTS
Re��ision: D�c�nbc�'21, 2012
00 �z oo - �
General Conditions
Page 2S of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Worl<.
However, it shall not be Contractor's responsibility to make certain that the Specifcations and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Worlc may be the subject of an adjushnent in Contract
Price or Contract Time.
6.11 Ta�es
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
� 1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. http://www.window.state.�.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitatiori on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Worlc.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Worlc, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FOR7' WORT'H
STANDARD CONS'I'RUC"I'lON SPGCII'CA'1'ION DOCUMEN7'S
Re��ision: Decanber2l, 2012
00 �z oo - i
General Conditions
Page 29 of 63
Should any Damage Claim be made by any such owner or occupant because of the
performance of the Worlc, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pttr•stern�t to Paragrapl� 6.21, Co��b�actor sl�all i»denznify an�l hold l�c�r•mless City, fi�om a»d
agaznst c�ll cl�ri�ns, costs, losses, �n�cl damages crrisi�7g otrt of or relczting to cz��y cic�im or
nction, legal or equitable, brotrgl�t by rn�y such otivne�• or occt�pant czgc�inst City.
B. Removal of Debris Darri��g Perfo��mcaice of the Worlc.• During the progress of the Worlc
Contractor shall lceep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Mczintenance Clec�ning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor
fails to correct the unsatisfactory procedure, the City may take such direct action as the City
deems appropriate to correct the clean-up deficiencies cited to the Contractar in the written
notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of
such costs, shall be deducted from the monies due or to become due to the Contractor.
D. Finczl Site Cleaning.• Prior to Final Acceptance of the Worlc Contractor shall clean the Site and
the Work and malce it ready for utilization by City or adjacent property owner. At the completion
of the Worlc Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Worlc.
E. Loacling Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Worlc
or adjacent properly to stresses or pressures that will endanger it.
6.13 Recorcl Docccrnents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Worlc, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Sczfety cznd Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall
C1TY OF FORT WORTH
STANUARD CONSTRUCT[ON SPEC[FCA"I�ION DOCUMENTS
Revision: Decernber2l, 2012
00 �z oo - i
Gencral Conditions
Page 30 of G3
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Worlc;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractar shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Progf•ams
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 En�ergencies and/or Rectif ccation
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CI7'l' OF F01tT WORTH
S'I'ANDARD CONSTRUCTION SPECIFCA"1'ION DOCUMENTS
Revision: Decanber2l, 2012
00 �z oo - i
Geneial Conditions
Page31 of63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City detennines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such worlc or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
talce remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may talce such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
618 Si�bmittczls
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
talce responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CI"('Y OF FOR"I' WORTFI
ST'ANUARD CONSTRUCTION SPECIFCATION DOCUMGNTS
Re��ision: Dece�nba21, 2012
00 �z oo - i
General Conditions
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Revietiv.•
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to detertnine if the
items covered by the submittals will, after installation or incorporation in the Worlc, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section O1 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Coiztinuing tlae Wo��Iz
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Worlc shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contrcrctor•'s General W�crranty and Gttarcz»tee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF PORT WORTH
STANDARD CONSTRUC"I'ION SPECIFCA"I'ION DOCUMENTS
Revision: Decemba�2l, 2012
00 72 00 - I
General Conditions
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Worlc in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Worlc that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Worlc or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Worlc by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other worlc or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Worlc unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemni�cation
A. Contractor covenants and agrees to indemnify, hold harmless and defeud, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the worlc and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN
PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and �grees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and employees, from and against any and all loss, damage or
destruction of property of the City, arising out of, or alleged to arise out of, the worlc and
services to be performed by the Contractor, its officers, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
C1Tl' OF FORT WORTH
STANDARD CONSTRUCTION SPGCIFCA"('tON DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
General Conditions
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED IN WHOLE OR IN PART, BY _ ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Worlc or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after imal
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CI"I'l' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATiON DOCUMENTS
Revision: Dac�nber21, 2012
oo�zoo-i
General Conditions
Page 37 of 63
8.07 Li�nitatio��s or� Ci .ty's Responsibilitzes
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Worlc in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undiselosecl Hazarcloars Environrnental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Conzpliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Representcztive
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents. The Project Representative(s) will be as provided in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Representative will malce visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Worlc. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Worlc is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to malce exhaustive or continuous inspections
on the Site to checic the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Worlc
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITI' OI� FOIt't' WORTH
S"I ANDARD CONSTRUCTION SPEC[FCATION DOCUMF..N7�S
Revision: Dece�nbci2l, 2012
00 �z oo - i
General Conditions
Page 3S of 63
9.03 Airtl�or-ized Vca�intions i�� YYorlc
City's Project Representative may authorize minor variations in the Worlc from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
' or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 13, whether or not the Worlc is fabricated, installed, or
' completed.
9.05 Determinations for Work Performec�
Contractor will determine the actual quantities and classifications of Work perfonned. City's Project
Representative will review with Contractar the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Reqicirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Worlc thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Aa�thorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CI"i'Y OF PORT WORTH
STANDARD CONSTRUCTION SPECIFC�ITION DOCUMEN'T'S
Revision: Dzcenbe�21. 2012
00 �z ao - i
General Conditions
Page 39 of 63
10.02 Un�uitl�or•ized Cl�cn�ges z» tlze Wo��lc
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any worlc performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 E�ecirtion of Cl�c�nge Orclers
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Worlc which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii)
required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extr•cz Woriz
A. Should a difference arise as to what does or does not constitute Extra Worlc, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall lceep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Worlc whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Worlc, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Si�rety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Worlc or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ciTv or roii�r woa�rEi
S"I'ANDARD CONSTRUCI'ION SPECIFCAT[ON DOCUMENTS
Revision: December2l, 2012
10.06 Contract Claims Pr•ocess
00 �z oo - �
General Conditions
Page 40 of 63
A. City's Decision Reqzrir-ed: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accardance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractar believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Actio�z: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, talce one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FOR'I' WOR"PH
STANDARD CONS"I'RUCTION SPECIFCATtON DOCUMFN'T'S
Revision: Dc� e�nbc� 21, 2012
�
00 �z oo - �
General Conditions
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor involce the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Woriz
A. Costs Includecl.• The term Cost of the Worlc means the sum of all costs, except those excluded in
Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in
the Worlc. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall
include but not be limited to the following items:
Payroll costs for employees in the direct employ of Contractor in the performance of the
Worlc under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Worlc. Payroll costs for employees not employed full time on the
Worlc shall be apportioned on the basis of their time spent on the Worlc. Payroll costs shall
include;
a. salaries with a 55% marlcup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, worlcers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Worlc outside of Regular Worlcing Hours, Weelcend
Worlcing Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Worlc, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Worlc.
crry or roR�r woa�rx
STANDARD CONSTRUCTION SPECIFCATION DOCUn4GN'I'S
Revision: Dece�nbe�21, 2012
00 �z oo - i
General Conditions
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Worlc plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Worlc and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Worlc, and cost,
less marlcet value, of such items used but not consumed which remain the property of
Contractor.
� c. Sales, consumer, use, and other similar taxes related to the
Contractor is liable not covered under Paragraph 6.11, as
� Regulations.
Work, and for which
imposed by Laws and
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Worlc for the
purpose of determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Worlc.
CITY OF FOR7' WORTH
S'I'tWDARD CONSTRUCT(ON SPECIFCA"1'ION DOCUMI:NTS
Revision: December2l. 2012
00 �z oo - �
General Conditions
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs E�:cla�ded: The term Cost of the Worlc shall not include any of the following items:
Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timelceepers, clerlcs, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general adminish-ation of the Warlc and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
Any part of Contractar's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Warlc, disposal of materials or equipment wrongly
supplied, and malcing good any damage to property.
5. Other overhead or general expense costs of any ltind.
C. Contractor's Fee: When all the Worlc is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjushnent in Contract Price is determined on the basis of Cost of the
Worlc, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C.
D. Doeumerztcztion: Whenever the Cost of the Worlc for any purpose is to be deternuned pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost brealcdown together with supporting data.
11.02 Allowances
A. Specifiecl Allow�nce: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Worlc so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowa�aces:
1. Contractor agrees that:
ciTv or roa�r woaTH
S7'ANDARD CONS"I'ftUCT10N SPECIFCATION DOCU1vIEN'I'S
Revisiun: December2l, 2012
00 �z oo - i
General Conditions
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
' the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowccnce: Contractor agrees that a contingency allowance, if any, is for the sole
use of City.
D. Prior to fnal payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Worlc times the
estimated quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Worlc are not guaranteed and are solely for the
'; purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
� City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
l. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Qatantities: The City reserves the right to order Extra Worlc in
accordance with Paragraph 10.01.
If the changes in quantities or the alterations do not significantly change the character of
worlc under the Contract Documents, the altered worlc will be paid for at the Contract unit
price.
' CITI' OP f�OR"I �VOR1 H
S1'ANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
, � Revision: Deeenba2l, 2012 ,
00 �z ao - i
General Conditions
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of worlc, the
Contract will be amended by a Change Order.
If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of worlc occurs when:
the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of worlc varies by more than 25% from the original Contract quantity.
5. When the quantity of worlc to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the worlc that is above 125%.
6. When the quantity of worlc to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plcins Qu�antity Measure�nera�t
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as iinal payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjushnent may be made to the quantity of authorized worlc done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to iix the final quantity as a plans
quantity.
ci���� o►� Foa�r woiiT�f i
STANDARD CONS"I RUC"CiON SPECIFCATION DOCUMENTS
Revision: Dacember2l. 2012
00 72 00 - 1
General Conditions
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contr�tct Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Worlc covered by a Change Order will be determined as follows:
l. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the
provisions of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
C. Contr•actor's Fee.• The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Worlc:
a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A2. and 11.O1.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
C1TY OF FORT \VORTH
S'I'ANUARD CONSl'I2UCT10N SPECIFCATION DOCUMENTS
, Revision: Dct�e�nbcj2l, 2012
;
00 �z oa - i
General Conditions
Page 47 oF 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c, no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Chcznge of Contrctct Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless
the Extra Worlc contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Worlc or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is
made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other worlc as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjushnent shall be Contractar's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims; costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Worlc, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
crry oF ro1zT woR�rx
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
General Conditions
Page 43 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Worlc may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests ancllnspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Deparhnent of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Worlc; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Worlc, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CI'T'1' OF FOR'T' WOR'I'H
STfWDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Re��ision: Dece�nber2l, 2012
00 �z oo - i
General Conditions
Page 49 of 63
Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to malce a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 U�zcovering Worlc
A. If any Worlc is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Worlc be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Worlc in question,
furnishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstntction (including but not limited to all costs of repair or
replacement of worlc of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all
costs associated with exposing, observing, and testing the defective Work.
2. If the uncovered Worlc is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to
such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop tl�e Woriz
If the Worlc is defective, or Contractor fails to supply suffcient skilled worlcers or suitable materials
or equipment, or fails to perform the Worlc in such a way that the completed Worlc will conform to
the Contract Documents, City may order Contractor to stop the Worlc, or any portion thereof, until
the c�use for such order has been eliminated; however, this right of City to stop the Worlc shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
c�TY or roEiT woR�rri
STANDARD CONSTRUCI'ION SPGCIFCATION DOCUMENTS
Revision: Decemt�21, 2012
00 72 00 - 1
General Conditions
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Cor•��ection orRemovc�l ofDefective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Worlc has
been rejected by City, remove it from the Project and replace it with Worlc that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Worlc shall not constitute acceptance of such
Worlc.
B. When correcting defective Wark under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Worlc.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Worlc; or
if the defective Worlc has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
CI'T'Y OF F'ORT \VORTfI
S1'ANDARD CONS'I'RUCTION SPECIFCATION DOCUMENTS
Revision: Dece�nber2l, 2012
ao �z oo - i
Geneial Conditions
Page 51 oF63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Worlc, the correction period for that item may start to run from
an earlier date if so provided in the Contract Docurnents.
D. Where defective Worlc (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Woric may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptmice ofDefective Worli
If, instead of requiring correction or removal and replacement of defective Worlc, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to
accept such defective Worlc and for the diminished value of the Worlc to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with respect to the Worlc,
and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Worlc so accepted.
13.09 Ci .ty May Co��rect Defective Worli
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Worlc, or to remove and replace rejected Worlc as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor fi•om all or part of the Site, talce possession of all or part of the Worlc and suspend
Contractor's services related thereto, and incorporate in the Worlc all materials and equipment
incorporated in the Worlc, stored at the Site or for which City has paid Contractor but which are
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claiins, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
c�TY or ro�z�r wolrr�i
STANDARD CONS"I'RUCTION SPECIFCA'I'ION DOCUMENTS
Revision: Dcjce�nber2l, 20I2
00 �z oo - i
General Conditions
Pagc 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Worlc; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Worlc attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
I� �71 y[y 115iC� 7V/V 1�►(I I�.yl i[�ZK�7�Y 117��JI IC�I_.�1►11ZK�]ui71) �11 Ij[�7►1
14.01 Schedule of T�alues
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Prog��ess Pnyments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Wark completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Worlc
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Worlc have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
c�Tv or roR�r ���oErrE�
STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMENTS
Revision: Decc�nbc� 21, 2012
00 �z oo - �
General Conditions
Page 53 of 63
B. Reviei-�� ofApplicatiorrs:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Worlc, and on City's review of the Application for
Payment and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b, the quality of the Wark is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Wark performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to checic the quality or the quantity of the Worlc as it has been
performed have been exhaustive, extended to every aspect of the Worlc in progress, ar
involved detailed inspections of the Worlc beyond the responsibilities speciiically
assigned to City in the Contract Documents; or
b, there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor's
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revolce
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Worlc is defective, or the completed Worlc has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Worlc in accordance with
Paragraph 13.09; or
CITl' OF EORT WORTH
STANDARD CONSTRUCTION SPECIFCAT'ION UOCUMENTS
Revision: Dece�nber2l, 2012
00 �z oo - i
General Conditions
Page 54 of'63
e. City has actual lcnowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execntion, retainage shall be five percent
(5%).
D. Lrquidatec� Danzages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Redarction in Payment:
1. City may refuse to malce payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
14.03 Contractor's yYa��ranty of Title
Contractor warrants and guarantees that title to all Worlc, materials, and equipment covered by any
' Application for Payment, whether incorporated in the Project or not, will pass to City no later than
� the time of payment free and clear of all Liens.
C17'1' OF FOR'I' \�OR'I'H
STANDARD CONS'I'RUC"I'ION SPEC:IFCAT(ON DOCUMEN'i'S
Revision: Docetnber2l, 2012
00 �z oo - i
General Conditions
Page 55 of 63
14.04 Pcn�tial U1ilization
A. Prior to Final Acceptance of all the Work, City inay use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Worlc that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Warlc. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Worlc which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Worlc ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall malce an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Finczllnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Worlc is incomplete or defective. Contractor shall immediately talce such measures as are
necessary to complete such Worlc or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resume.
14.06 Final Acceptrnice
Upon completion by Contractor to City's satisfaction, of any additional Worlc identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
c�Tv or ro�iT wo►z�rE�
STANDARD CONSTRUCi'lON SPECIFCA'I'ION DOCUMGNTS
Revision: Dc�emba 2I, 2012
00 �z oo - i
General Conditions
Page 56 of'63
14.07 Finnl Pcryment
A. Applic�rtion for P�ry�nent:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. afiidavits of payments and complete and legally effective releases or waivers
(satisfactary to City) of all Lien rights arising out of or Liens filed in connection with the
Work.
B. Pcryment Becomes Dace:
' 1. After City's acceptance of the Application for Payment and accompanying documentation,
' requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delczyed ancl Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract,
malce payment of the balance due for that portion of the Work fully completed and accepted. If
the remaining balance to be held by City for Worlc not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
ciTv oE� t�oi��r woa�rr�
STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMENTS
Revision: Docanlx�21, 2012
00 �� oo - i
General Conditions
Page 57 of 63
portion of the Worl< fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing fnal payment, except that it shall not constitute a waiver of Contract Claims.
B. Particrl Ret�rinage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Worlc locations, the City may release a portion of
the amount retained provided that all other worlc is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Wcziver of Claims
The acceptance of final payxnent will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the worlc under the Contract
Documents or any act or neglect of City related to ar connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 Ci .ry May Satspend Wo��lc
A. At any time and without cause, City may suspend the Worlc or any portion thereof by written
notice to Contractor and which may fix the date on which Worlc will be resumed. Contractor
shall resume the Worlc on the date so fixed. During temporary suspension of the Worlc covered
by these Contract Documents, for any reason, the City will malce no extra payment for stand-by
time of construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall talce every precaution to prevent damage or
deterioration of the worlc performed; he shall provide suitable drainage about the worlc, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
C1TY OF FOR'I' WORTH
STANDARD CONSTRUCTION SPLCIFCA"I'lON DOCUMENTS
Re��ision: Dece�nber2l. 201?
00 �z oo - i
General Conditions
Page SS oF63
15.02 Ciry May Tern�i»ate, for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify termination for cause:
1. Contractor's persistent failure to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment, failure to adhere to the Project Schedule established under
Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under
Paragraph 6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or worlcmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or banlcrupt, or otherwise
financially unable to carry on the Worlc satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractar's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent pernutted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Worlc.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
ci��v or roa�r �vo�zT�i
STANDARD CONSTRUC"1 ION SPI�CIFCATION DOCUMENTS
Revision: Decanbc� 21. 2012
00 �z ao - i
General Conditions
Page 59 of 63
obligations, then City, without process or action at law, may talce over any portion of the
Worlc and complete it as described below.
If City completes the Worlc, City may exclude Contractor and Surety from the site and
talce possession of the Worlc, and all materials and equipment incorporated into the Worlc
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Worlc is finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or resulting
from completing the Work, such excess will be paid to Contractor. If such claims, costs,
losses and damages exceed such unpaid balance, Contractor shall pay the difference to City.
Such claims, costs, losses and damages incurred by City will be incorporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be required to obtain the lowest price for the Worlc performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Worlc, or any portion thereof, may be accomplished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Worlc shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FOR'I' \�/OI2TH
STANDARD CONSTRUCTION SPGCIFCA'�'ION UOCUMENTS
Revision: Decenber2l, 2012
00 72 00 - I
General Condi�ions
Pagc 60 of 63
15.03 City Mcry Ter»�i���ate For Convem�ence
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the
Contractor specifying the extent to which performance of Worlc under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and
established that such termination is made with just cause as therein stated; and no proof in any
claim, demand or suit shall be required of the City regarding such discretionary action.
B. After receipt of a notice of ternunation, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not ternlinated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Worl<, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FOR7' WORTH
S'I�ANDARD CONSTRUCTION SPLCIFCA7'ION DOCUbSGNTS
Revision: Dc�e�nbc�21, 2012
00�2oo-i
Ceneral Conditions
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1, completed and acceptable Worlc executed in accardance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and pro�t on
such Worlc;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Worlc, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods a��d P�°ocedcn-es
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
ci� v or roaT woaTt i
S'T'ANDARD CONSTRUCTION SPICIFCAl'ION DOCUMENTS
Revision: Dc�ember2l, 2012
00 �a oo - i
General Condi�ions
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process;or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Con�putation of Ti�mes
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
17.03 Czr�n�arlative Renzedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CI"1'l' OF FORT WOR7'H
S"I'ANDARD CONSTRUCI'ION SPGCIPCATION DOCUMGNTS
Revision: Deee�nbe�21, 2012
00 �2 ao - i
General Conditions
Page 63 of 63
17.04 Scn•l�ivnl of Ohligatio�ts
All representations, indeinriifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Worlc or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headi�»gs
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CI"I'Y OF PORT WORTH
S'1'ANDARD CONSTRUCTION SPGCIPCATION DOCUMENTS
Revision: Dc�cc�nber2l, 2012
007300-1
SUPPLEMGN'1'ARY CONDITIONS
Page I of 5
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Suppiementary Conditions
These Supplementaiy Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementaiy Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modificatious and Supplements
The following are instructions that modify or supplement specific paragi•aphs in the General Conditions and
other Contract Documents.
SC-3.03B.2,'°Resolving Discrepancies"
Plans govecn over Specifications.
SC-4.01 A
Easement limits sho�vn on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the tinal easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., ��Availability of Lands"
The following is a list of kno�am outstanding right-of-way, and/or easements to be acquired, if any as of
April, 2014.
Outstanding Right-0f-Way, and/or Easements to Be Acquired
PARCEL NUMBER
• .C�%`►i�7
TARGET DATE
OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially fi•om the representations on the
Conh•act Drawings, Contractor shall within five (5) Business Days and bef'ore proceeding with the Work,
notify City in �vriting associated with the differing easement line locations.
C1TY OP PORT WORTl1 Cobb Park Road and Drainage Improvements
STANDARD CONS"IRUCTION SPECff'1CATION DOCUMENTS 02164
Revised April l, 2013
007300-2
SUPPLEMENTARY COND1TtONS
Page 2 of 5
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be i•emoved, adjusted, and/or relocated
The following is list of utilities and/or obstrtictions that have not been removed, adjusted, and/or relocated
as of April, 2014
EXPECTED OWNER
UTILITY AND LOCATION
TARGET DATE OF
ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do no[ bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsui•face conditions at the site of the Wo�•k:
A Geotechnical Engineering Shidy, Keport No. 103-13-174 dated Janua�y 2, 2014 prepared by CMJ
Engineering, Inc. a sub-consultant of Kimley-Horn and Associates, Inc, a consultant of the City, providing
additional information on Cobb Park Drive West Rehabilitation, No�•th of Glen Garden Drive, Fort Worth,
TX.
The following are drawings of physical conditions iti or relating to existing sut•face and subsw�face
sd�uctures (eacept Undei•ground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., "�Iazardous Environmental Conditions at Site"
The following are reports and drawings of eYisting hazacdous envit•onmental conditions known to the City:
None
SC-5.03A., "Certificates o1'Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
ofticers, directors, agents and employees.
(I) City
(2) Consultaut Kimley-Fiorn and Associates, Inc.
(3) Other: None
CtTY OP PORT WOR"fH Cobb Park Road and Drainage 6npro��ements
STANDARD CONSTRUCTION SYL-CIFICA7'ION DOCUMENTS 021G4
Revised April I, 2013
007300-3
SUPPLEMGNTARY CONDITIONS
Page 3 of 5
SC-5.04A., "Contractoi's lnsurance"
The limits of liability f'or the insw•ance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by la�vs and regulations:
5.04A. Workers' Compensation, under Paragraph GG5.04A.
Statutoiy limits
', Employer's liability
' $100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of lnsurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be sliown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GG5.04C. Conh•actor's Liability Insurance under
Paragraph GG5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injw•y per accident /
$100,000 Property Damage
SG5.04D., "Contractor's Insurance"
None
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SG6.07., "Wage Rates"
The following is the �rcvailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
C1TY OF FORT WORTH Cobb Park Road and Drainage hnpro��ements
STANDARD CONSTRUCTION SPLCIPICA7'lON DOCUMEN"I'S 02164
Revised April 1, 2013
00 �3 00 - a
SUPPLEMENTARI' CONDITIONS
Page 4 of 5
<Buzzsa�v location. Resources/02-Construction Documents/ Specifications/Div 00-General
Conditions/CFW Wage Rate Table 20080708.pdf>
SC-6.09., "Permits �ncl Utilities"
SC-6.09A., "Conh•actor oUtained permits and licenses"
The following are known permits and/or licenses �•equired by the Conh•act to be acquired by the Contr�ctor:
None
SC-6.09B. "City obtained permits and licenses"
The follo�ving are known permits and/or licenses required by the Contract to be acquired by the City:
None
SC-6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April, 2014
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
SC-6.24B., "Title VI, Civil Rigl�ts Act of 1964 as ameuded"
During the perfocmance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations: The Contractor shall eomply with the Regulation relative to
nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended fi•om time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part
of tliis contract.
2. Nondiscrimination: The Contractor, with regard to the work perf'ormed by it dttring the conh•act, shall
not discriminate on the grounds of race, color, or national origin, in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractot• shall not
participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of tlie Regulations.
3. Solicitations for Subcontractors, Including Procurements of Materi�ls aud Equipment: In all
solicitations either by competitive bidding or negotiation made by the contcactoc for worlc to be
performed under a subcontract, including procurements of mate�•ials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contcactor's obligations
wider this conU•act and the Regulations relative to nondiscrimination on the grounds of race, color, or
national origin.
4. Information and Reports: The ConVactor shall provide all information and reports t•equired by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
lccounts, other sources of information and its f�cilities as may be detei•mined by City or the Texas
Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders
and insU•uctions. Where any int<�rmation required of a conU•actor is in the eaclusive possession of
anothei� �vho fails or refuses to turnish this information the contractor shal) so certify to the City, or the
CITY OP FORT WORTFI Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPEGFICATION DOCUMEN'I'S 021Gd
Revised April I, 2013
007300-5
SUPPLEMEN'1'ARY COND1TtONS
Page � of 5
"Texas Departme��t of Transportation, as appropriate, and shall set forth what eftorts it has made to
obtain the intormation.
5. Sanetions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions of this Contract, City shall impose such eonU•act sanctions as it or the
Texas Department of Transportation may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Contractor under the Contract until the Contractor
complies, and/or
b. cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including p��ocurements of materials and leases of equipment, unless exempt
by the Regulations, or di�•ectives issued pw•suant thereto. The Contractor shall take such action with
respect to any subcontract or procurement as City or the Texas Department of Transportation may
direct as a means of enforcing such provisions including sanctions for non-compliance: Provided,
however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contraetor may request City to enter into
such litigation to protect the interests of City, and, in addition, the contractor may request the United
States to entec into such litigation to protect the interests of the United States.
Additional Title V1 requirements can be found in the Appendix.
SC-7.02., "Coordination"
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Sco e of Worlc Coordination Authorit
None
SG8.01, "Communications to Contractor"
None
SG9.01., "City's Project Representative"
The following tirm is a consultant to the City responsible for construction management of this Pro.ject:
None
SC-13.03C., "Tests and Inspections"
None
SC-16.O1C.i, "Nlethods and Procedures"
None
END OF SECTION
CITY OF FORT VVORTH Cobb Park Road and Drainagc Improvements
STANDARD CONS7�RUC'iION SYECIFICATION DOCUMENTS 021G4
Re��ised April 1, 2013
o�noo-i
SUMn4ARl' OF �VORK
Page I of 3
SECTION O1 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. SummaTy of Work to be perfo�•med in accordance with the Contract Documents
B. Deviations fi•om this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaiy to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES (NOT iTSED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contj•act Documents
1. Work is to include furnishing all labor, materials, and ec�uipment, and performing
all Work necessa�y for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical tmit bid item included on the standard bid item list, then the item shall
be considei•ed as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibiiity for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
o�• other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specificaliy authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for constivction
pw�poses may be stot•ed in such space, but no more than is necessa�y to avoid
delay in the consh-uction ope��ations.
CI"1�Y OF FORT WORT}i Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUC'iION SPLCIFICATION DOCUMEN'i'S 021G4
Revised December 20, 2012
oi �i oo-z
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to intei•fere
with the use of spaces that may be designated to be left fi�ee and unobsti•ucted
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Woi•k shall be in accordance with railroad requirements set fo�•th in
Division 0 as well as the railroad permit.
D. Worlc within Easements
1. Do not ente�� upon private property for any purpose without having pj•eviously
obtained permission from the owner of such property.
2. Do not stoi•e equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy fw�nished to the City.
3. Unless specifically provided othe�tivise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Worlc as a part of the pj•oject constcuction operations.
4. Preseive and use eveiy pi•ecaution to pi•event damage to, all tr•ees, sl�u�ubbeiy, plants,
lawns, fences, culve�•ts, cui•bing, and all other types of structui•es or impi•ovements,
to all watei•, sewer•, and gas lines, to all conduits, ovei•head pole lines, or
appurtenances thereof, including the construction of tempora�y fences and to all
other public or pi•ivate property adjacent to the Work.
5. Notify the proper i•epresentatives of the owners or occupants of the public 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 advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owneis or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible fo�• all damage or injuiy to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Wo►•lc, or at any time due to defective worlc, mate►•ial, or
ec�uipment.
6. Fence
a. Restol•e all fences encountej•ed and i•emoved dw•ing construction of the Project
to the original oi• a bette�• than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in p��ogress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, tempora�y
closures and replacement, shall be subsidia�y to the various items bid in the
project proposal, unless a bid item is specifically provided in tlie proposal.
C1TY OF PORT WOR'f}i Cobb Park Road and Drainage lmprovemen[s
STANDARD CONSTRUCTION SPLCIFICA'ifON DOCUMENTS 021G4
Revised December 20, 2012
Ol 11 00-3
SUMMARI' OF WORK
Page 3 of 3
1.5 SUBMITTALS (NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED)
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED]
1.9 QUALITY ASSURANCE �NOT USED)
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l.l l FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS �NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORT}1
S"TANDARD CONS'T'RUCTION SPGCIFICA7'ION DOCUMENTS
Ttevised December 20, 2012
Cobb Park Road and Drainage Improvements
021G4
o i zs oo - i
SUBSTITUTION PROCGDURES
Page 1 of d
SECTION Ol 25 00
SUBSTITUTION PROCEDURES
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
l. The procedu�-e for requesting the approval of substitution of a product that is not
ec�uivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufactu��er
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract
2. Division 1— General Rec�uirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measw•ement and Payment
1. Work associated with this Item is considered subsidia�y to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATTVE REQUIREMENTS
A. Request for Substitution - Genei•al
1. Within 30 days afte►- award of Contract (unless noted otherwise), the City will
consider formal requests fi�om Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of refe►�ences to names of manufacturers and vendors, trade names, or
catalog numbe��s.
a. When this method of specifying is used, it is not intended to exclude fi-om
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of matei•ial may be acceptable substitutions
under the following conditions:
a. O��-equals are unavailable due to strike, discontinued production of products
meeting specified ��equi��ements, or other factors beyond cont�•ol of Contractor;
or,
CI'I Y OF FORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUC'TION SPGCIFICA7ION DOCUMENTS 0216d
Revised July 1, 201 1
o� 2soo-2
SUBSTITUTION PROCEDURES
Page 2 of d
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure foi• Requesting Substitution
1. Substitution shall be considered only:
a. Aftei• award of Conti•act
b. Undei• the conditions stated herein
Submit 3 copies of each written request for substitution, including:
a. Documentation
l) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in consti•uction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone numbet• and j•epresentative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name oi• tag number assigned to ol•iginal
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized compa►•ison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of constiuction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone numbe�• of persons associated with referenced
projects lcnowledgeable concei•ning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) P�•ovide at request of City.
b) Samples become the pf•opel•ty of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reseives the right to require proposed product to comply with color and pattern
of specified product if necessaiy to secure design intent.
3. In the event tl�e substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accoj•dance with the General Conditions.
Cl"I�Y OP FORT WORTH Co�ib Park Road and Drainage Tmprovements
STANDARD CONSTRUC'1'ION SPL-CfFICATION DOCUMGNTS 021Gd
Revised July I, 201 I
01 2500-3
SUBSTITUTION PROCEDURES
Page 3 of d
4. No additional contract time will be given foi• substitution.
5. Substitution will be cejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will rec�uire substantial revision of the original
design
d. In the City's opinion, substitution will not pe�-fol•m adequately the function
consistent with the design intent
].6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED]
1.7 CLOSEOUT SUBMITTALS �NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, malcing such changes as may be required for Work to be
compiete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l.l l FIELD [SITEj CONDITIONS [NOT USED]
1.12 WARRANTY �NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION (NOT USED]
END OF SECTION
Revision Log
DATE NAMF, SUMMARY OF CHANGE
CI"I Y OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS'I'RUC'I�ION SPECIPICATION DOCUMENTS 021Gd
� Revised July l, 2011
o� 2soo-a
SUBSTITU"I'ION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hei•eby sub►nit foi• youi• consideration the following product instead of the specified item for
the above pt•oject:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution: _
Reason for Substitution:
Include complete infoi•mation on changes to Drawings and/oi• Specifications which proposed
substitution will rec�uire for its proper installation.
Fill in Blanlcs Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the i•ec�uested substitution?
B. What effect does substitution have on othe�� ti•ades?
C. Differences between proposed sUbstitution and specified item?
D. Differences in product cost or product deliveiy time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Bette�• (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superioc to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
CITY OF FORT WORT'H
STANDARD CONSTRUCTION SPFCIFICA7�ION DOCUMENTS
Revised July I, 2011
_ Recommended
Not �•ecommended
By
Date
Remarl<s
Date
Rej ected
_ Recommended
Received late
Cobb Park Road and Drainage lmprovements
02164
01 31 19 - I
PRECONSTI2UCTlON MEETING
Page I of 3
SECTION O1 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations fi�om this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED�
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconst��uction meeting.
2. Representatives of Cont►•actor, subconti•actors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes ���ill be used to prepare minutes and retained by City for
future reference.
B. Pj•econstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and befo�-e Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will pj•eside at the meeting, prepace the notes of the
meeting and distribute copies of same to all participants who so �•equest by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Cont►•actor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the Ciry may request
C1TY OF PORT WORTH Cobb Park Road and Drainage Improvements
S'I'ANDARD CONSTRUCTION SPECIFICA'I�ION DOCUIvtENTS 0216d
Revised Augus[ 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEET►NG
Page 2 of 3
e. Other City representatives
f. Others as appropriate
Construction Schedule
a. Prepare baseline construction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeting.
b. City wiil notify Conti•actor of any schedule changes upon Notice of
Pi•econst��uction Meeting.
Preliminary Agenda may include:
a. tntroduction of Project Personnel
b. Genei•al Description of Project
c. Status of i•ight-of-way, utility clearances, easements or other pertinent peimits
d. Contractoi's wot•k plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progi•ess Payments
i. Extca Woi•1< and Change Order P�•ocedui•es
j. Field Orders
k. Disposal Site Letter for Waste Matej•ial
I. Insurance Renewals
m. Payroll Certification
n. Mate�•ial Cei•tifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pi•e-Consti�uction Conditions
q. Weekend Work Notification
j•. Legal Holidays
s. Tj•ench Safety Plans
t. Confined Space Enti•y Standards
u. Coordination with the City's 1•epresentative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractois
x. Early Wai•ning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedui•es
dd. Correspondence Routing
ee. Record D�•awings
ff. Temporaiy construction.facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions o�� Comments
CITY OF PORT WORTFT Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICA'iION DOCUn4F.N'('S 021G4
Re��ised August 17, 2012
Ol 31 19-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS (NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED�
1.9 QUALITY ASSURANCE (NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS jNOT USED]
PART 3 - EXECUTION (NOT USED]
END OF SECTION
Revision Log
DATF, NAME SUMMARY OF CHANGE
CITY OF PORT WORTH Cobb Park Road and Drainage Improvements
S'iANDARD CONSTRUCTION SYECIfICA"TION DOCUMFNTS 021G4
Revised August 17, 2012
01 31 20 - I
PROJECT MEETtNGS
Page 1 of 3
SECTION O1 31 20
PROIECT MEETINGS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to pj•ovide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract
2. Division l— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES (NOT USED)
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coo�•dination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in tl�is Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend l Public Meeting with affected residents to:
a. P��esent projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be determined by the City.
3. Attendees
a. Cont►•actor
CITY OP PORT VVORTH Cobb Park Road and Drainage improvements
STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS 02164
" Re��ised July I, 201 1
Ot 31 20 - 2
PROJEC'T' MEETINGS
Page 2 of 3
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neigl�borhood meeting will occw� within the 2 weelcs following
the p�•e-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other consh�uction projects
d. Resolution of construction issues
e. Ec�uipment approval
3. The Pi•oject Representative will preside at progi•ess meetings, prepai•e the notes of
the meeting and disti•ibute copies of the same to all pat•ticipants who so r•equest by
fWly completing the attendance folm to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Conh•actor's project manager
b. Conti•actor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may 1•equest
d. Engineei•'s r•ep►•esentatives
e. City's representatives
f. Otliet•s, as i•equested by the Project Representative
5. Pi•elimina�y Agenda may include:
a. Review of Worl< pi•ogress since p�•evious meeting
b. Field obse�vations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fab►•ication, delive�y schedules
e. Review of constivction interfacing and sequencing i•ec�uir•ements with other
construction contracts
f. Corrective measw�es and procedures to regain projected schedule
g. Revisions to construction schedule
h. Pr•ogress, schedule, d�u�ing succeeding Work period
i. Cooi•dination of schedules
j. Review subu�ittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
p. Review status of Requests for Information
CtTY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS 021G4
Revised July I, 2011
01 31 20 - 3
PROlEC7' MEETINGS
Page 3 of 3
6. Meeting Schedule
a. Prog��ess meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineec
c) Contractor
7. Meeting Location
a. The City will establish a meeting ]ocation.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SIJBMITTALS [NOT USED]
19 QUALITY ASSURANCE (NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED)
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS �NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
C1TY OF FORT WORTN Cobb Park Road and Drainage Improvements
S"I'ANDARD CONSTRUCTION SPECII�ICA'1'lON DOCUMENTS 021G4
Iievised July I, 2011
01321G-I
CONSTRUCTION PROGRESS SC3IEDULE
Page I of 5
I
2
3 PART1- GENERAL
4 l.l SUMMARY
SECTION 01 32 16
CONSTRUCTION PROGRESS SCHEDULE
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 manageinent of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12
13
14
15 1.2
16
17
18
19 1.3
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requireinents
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaiy to the various items bid.
No separate paytnent will be allowed for this Item.
REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1- No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2- No schedule submittal required by contract, but will require some
milestone dates. Sinall, brief duration projects
c. Tier 3- Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4- Schedule subrnittal required by contract as described in the
Specification and herein. Large and/or coinplex projects with long durations
1) Examples: large water puinp station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5- Schedule subinittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures froin the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule docuinenting
progress on the project and any changes anticipated.
CITI' OF FOR"I' WORTH Cobb Pa�k Road and Drainage [mprovemenis
STANDARD CONSTRUCI'ION SPECIFICATION DOCUI�4GNTS 02164
Revised July l, 201 1
Ol 32 16-2
CONSTRUCTIONPROGRESSSCHEDULE
Page 2 of 5
1 4. Schedule Narrative - Concise nari•ative of the schedule including schedule
2 changes, expected delays, key schedule issues, critical path itelns, etc
3 B. Reference Standards
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINISTRATIVE REQUIREMENTS
6 A. Baseline Schedule
10
11
12
13
14
15
16
17
18
19
General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be perfonned and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1, Update the progress Schedule inonthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Nan-ative to accotnpany the monthly progress Schedule.
20 3. Change Orders
21 a. Incoiporate approved change orders, resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the cutrent progress Schedule and CPM Status
26 Report that delays to the ct•itical path have resulted and the Contract completion
27 date will not be inet, or when so directed by the City, rnake some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recoveiy Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written stateinent of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction inanpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and return cun•ent Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of woi•king hours per shift, shifts per day, working
37 days per week, the amount of construction equipment, or any co�nbination
38 of the foregoing, sufficiently to substantially eliminate the backlog of work
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplishment of activities, and comply with the revised schedule
41 2. If no wi•itten statement of the steps intended to take is submitted when so requested
42 by the City, the City inay direct the Contractor to increase the level of effort in
43 manpower (trades), equipment and work schedule (overtime, weekend and holiday
44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
46 a. No additional cost for such work will be considered.
C1TY OF FOR"I' WORTH Cobb Park Road and Drainage hnprovements
STANDARD CONSTRUCI'ION SPECIFlCAT10N DOCUMENTS 02164
Revised .luly I, 201 I
O13216-3
CONSTRUCTION PI20GRESS SC}(EDULE
Page 3 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
D. The Contract completion ti�ne will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
suppleinented with the following:
1) Furnish justification and supporting evidence as the City may deern
necessary to detennine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
detennination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time liinit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion tiine to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to ininimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of titne between the eariiest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reseive and apportion float time according to the needs of the project.
CITY OF FORT WORTH
STANDAItD CONSTRUC'i'ION SPECIFICA7'ION DOCUMEN'1'S
Revised July I, 201 I
Cobb Park Road and Drainage Improvements
02164
o� 32 ib-a
CONSTRUCI'ION PROGRESS SCHEDULE
E'age 4 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon conh-act completion tiines,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. Where work is to be perfoi7ned under this Contract concui7•ently with or contingent
upon work perfonned on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts fi•om the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in con�esponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The teinporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
18 1.5 SUBMITTALS
19 A. Baseline Schedule
20 1. Submit Schedule in native file fo�7nat and pdf foi7nat as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file fonnat includes:
23 1) Primavera (P6 or Primavera Contractor)
24 2. Subinit draft baseline Schedule to City prior to the pre-construction meeting and
25 bring in hard copy to the meeting for review and discussion.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the inonth.
30
31
32
33
34
35
36
37
38
39
C. Schedule Nairative
1. Submit the schedule nai7•ative in pdf for7nat as required in the City of Fort Worth
Schedule Guidance Document.
2. Subinit schedule narrative inonthly no latei• than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been coinpleted and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OP FORT WOR'PFI Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTfON SPEGFICA"I'ION DOCUMLN"I'S 02164
Revised .luly I, 201 I
013216-5
CONSTRUCi'ION PROGRESS SCHEDULE
Page 5 of 5
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED)
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE
5 A. The person preparing and revising the construction Progress Schedule shall be
6 experienced in the preparation of schedules of similar coinplexity.
7 B. Schedule and supporting documents addressed in this Specification shall be prepared,
8 updated and revised to accurately reflect the performance of the constiuction.
9 C. Contractor is responsible for the quality of all submittals in this section meeting the
10 standard of care for the construction industry for similar projects.
11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY [NOT USED]
14 PART 2- PRODUCTS [NOT USED]
15 PART 3- EXECUTION [NOT USED]
16 END OF SECTION
17
18
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF FORT WOR"I'H
STANDARD CONS'PRUCTION SPECIFICATION DOCUMGN7'S
Re��ised .luly I, 201 I
Cobb Park Road and Drainage lmprovements
02164
01 32 33 - 1
PRECONSTRUCTtON VIDEO
Page i of 2
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SiJMMARY
A. Section Includes:
1. Administrative and procedw•al requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but a�•e not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Rec�uirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measui•ement and Payment
1. Work associated with this Item is considered subsidiaiy to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE (NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
� l.11 FIELD (SITE] CONDITIONS (NOT USED]
1.12 WARRANTY (NOT USED�
PART 2 - PRODUCTS (NOT USED)
CITY OF FORT WORTII Cobb Park Road and Drainage Improvements
S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMIiN'1�5 02164
Itevised July 1, 2011
01 32 33 - 2
VRECONS'('RUCTION VIDEO
Page 2 of 2
PART 3- EXECUTION �NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF PORT WORTH Cobb Park Road and Drainage ]mprovements
STANDARD CONSTRUC'tION SPECIFICATION DOCUMENTS 02164
Revisecl July l, 201 I
01 33 00 - 1
SUBMIT'1'ALS
Page 1 of 8
SECTION Ol 33 00
SUBMITTALS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contl�act Forms and Conditions of the Contract
2. Division 1— General Rec�uirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Worlc associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coo�•dination
l. Notify the City in writing, at the time of submittal, of any deviations in the
submittals fi•om the �•equirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and tl•ansmit each submittal sufficiently in advance of
pe�•forming the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times it�cluding, but not limited to:
a) Disapp�•oval and resubmittal (if required)
b) Coordination with othe►� submittals
c) Testing
d) Purchasing
e) Fabrication
� Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FOR"I' WORT}-� Cobb Park Road and Drainage hnprovements
STANDARD CONSiRUC'I'ION SPECIFICATION DOCUMEN'iS 02164
Revised December 2Q 2012
013300-2
SUBMITTALS
Page 2 of 8
d. Malce submittals p►�omptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
j•eference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. Foj• the next 2 digits number use numbei•s 01-99 to sequentially number each
initial sepai•ate item or drawing sub�nitted undel• eacl� specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=31•d submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubniission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, p►•oduct data and samples, including those by
subcontt•actors, prioi• to submission to detet•mine and verify the following:
a. Field measw�ements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and pj•oduct data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contcactor's Company name
b. Signature of submittal i•eviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have deteimined and verified
field measurements, field constcuction criteria, materials, dimensions,
catalog �lumbers and similar data and I have checiced and coordinated each
item with othef• applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/2 inches x l 1 inches.
2. Bind shop drawings and product data sheets together.
3. Ocde►•
a. Cover Sheet
]) Description ofPacket
2) Contractor Cei�tification
b. List of items / Table of Contents
c. P��oduct Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission a�id the dates of any previous submissions
CITY OF PORT WORTN Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02I64
Revised December 20, 2012
Ot 3300-3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Suppliei•
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical featw•es of the Worlc or mate�•ials
8. Applicable standards, such as ASTM or Fede��al Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wit•ing diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance cwves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the sU•ucture
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. Foi• submittals of pj•oduct data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard p�-epa�•ed data for manufactured products (sometimes refe��red to as
catalog data)
1) Such as the manufactu��er's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORT} � Cobb Park Road and Drainaee lmprovements
STANDARD CONS'I'RUCTION SI'[CIFICATION DOCUMEN"I S 02164
Revised December 2Q 2012
oi 33oo-a
SUBMiT7'ALS
Page 4 of 8
7) Standard wiring diag�•ams
8) Printed performance cuives and operational-range diagrams
9) Production or quality control inspection and test repoi�ts and certifications
10) Mill reports
1 1) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warl•anties
l2) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical e;camples of the Work such as:
1) Sections of manufactured or fab�•icated Worlc
2) Small cuts or containeis of materials
3) Complete units of i•epetitively used products color/texture/pattei•n swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Worlc to be used by the City for independent
inspection and testing, as applicable to the Work
Do not start Worlc requiring a shop dr�awing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site constcuction accomplished
which does not conform to appi•oved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Elect►•onic Distribution
a. Confirm development of Project directo►y for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Dj•awings
1) Upload submittal to designated project directoiy and notify appropriate
City repi•esentatives via email of submittal posting.
2) Ha►•d Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
t•ettirned, Cont1•actoi• shall submit moce than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appi•opriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
I) Distributed to the Project Representative
2. Hard Copy Distribution (if rec�uired in lieu of electronic dish•ibution)
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS 021G�}
Revised December 20, 2012
O13300-5
SUBMIT'PALS
Page � of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) 1f Contractor requires mo��e than 3 copies of Shop Drawings ►�eturned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the numbe�• stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where cequired, to the job site file and elsewhere as
directed by the City.
a. P�•ovide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Conti•act Documents. This is not to be construed as:
a. Permitting any departure fi•om the Conti•act requirements
b. Relieving the Contractoi• of responsibility for any errors, including details,
dimensions, and materials
c. Appj•oving departures fi•om details fw•nished by the City, except as otherwise
provided het•ein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor fi�om his/her responsibility with regai•d to the
fulfillment of the te�•ms of the Contract.
a. All risks of error and omission a�•e assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsiUle for details and accu�•acy, for coordinating the
Work with all other associated work and trades, fo►• selecting fabrication processes,
foc techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure fi•om the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may �•eturn the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Cont��actor may release the
equipment and/or material for manufactu►�e.
b. Code 2
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC'[�ION Sl'L-CIFICA'I'ION DOCUMF:N'I�S 02164
Revised December 20, 2012
01 33 00 - 6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufactw•e;
however, all notations and comments must be incorporated into the
final pj•oduct.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This con�bination of codes is
assigned when notations and comments are extensive enough to i•equire a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufactw•e;
howeve�•, all notations and comments must be incot•porated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-confo�ming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's tcansmittal requii•ing the resubmittal.
d. Code 4
l) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Conh�actor must resubmit the entire package revised to bring the
submittal into conforma�ice.
b) It may be necessaty to resubmit using a different manufacturer/vendor
to meet the Contcact Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corcections other than requested by the City
2) Marked with revision triangle oi• othei• similai• method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed »o moce than twice at the City's
expense.
1) All subsequent reviews will be peeformed at times convenient to the City
and at the Contractor's eYpense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calenda�• Days for
all such fees invoiced by the City.
c. The need for tnore than 1 resubmission or any othe►• delay in obtaining City's
review of submittals, will not entitle the Contcactor to an extension of Cont�•act
Time.
7. Partial Submittals
a. City reserves the i•ight to not i•eview submittals deemed pa��tial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be retu�ned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mael< the submittal directing the
Contractor to the a�•eas that are incomplete.
8. If the Contcactor considers any cori•ection indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF PORT WORTH Cobb Park Road and Drainage Improvements
S7'ANDARD CONSTRUCTION SPECIPICA7'ION DOCUMENTS 021Gd
Revised December 20. 2012
01 33 00 - 7
SUBMiTTALS
Pagc 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the const�•uction in accordance therewith and no fw•ther
changes therein except upon written instructions fl�om the City.
10. Each submittal, approp��iately coded, ���ill be retw-ned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock 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 Work to be
used on the Project. Remove at the completion of the Work or when directed.
' M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Re9uest for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-x:cx", beginning with "O1" and
increasing sec�uentially with each additional transmittal.
4. Sufficient infoimation shall be attached to permit a written response without fw-ther
information.
5. The City will log each request and will review the request.
a. If review of the project information rec�uest indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS (NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT IJSED]
l.11 FIELD [SITE] CONDTTIONS [NOT USED]
1.12 WARRANTY (NOT USED]
CITY OF FORT WORTH Cobb Park Road and Drainage Tmprovements
STANDARD CONS7'RUC'I�ION SPECIFICATION DOCUMENTS 021G4
Revised December 20. 2012
01 3300-8
SUBMITTALS
Page 8 of R
PART 2 - PRODUCTS �NOT USED�
PART 3 - EXECUTION (NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF PORT WORTH Cobb Park Road and Drainage lmprovements
S'rANDARD CONSTRUCT'ION SPFCIFICATION DOCUMENT3 0216d
Revised December 20. 2012
01 3� 13 - I
SPECL�L PROJECT PTtOCEDURES
Page 1 of 8
SECTION 01 35 13
SPECIAL PROJECT PROCEDURES
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
l. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entty Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Notification
g. Public Notification Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad peimits a�•eas
j. Dust Control
k. Employee Parking
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specifcation Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 12 25 — Connection to Existing Water Mains
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measw•ement for this Item will be by lump sum.
b. Payment
1) The work pe�-formed and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insw•ance Certificates
6) Other requicements associated with genet•al coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad fi•om damage arising out of and/or from the
construction of tlle Project.
2. Railroad Flagmen
CITY OP FORT WORTH Cobb Park Ruad and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS 021G4
Revised December 20. 2012
01 35 13 - 2
SPECtAL PROJEC'I' PROCGDURES
Page 2 of 8
a. Measurement
1) Measttrement for this Item will be per working d�y.
b. Payment
1) The work performed and materials fw�nished in accordance with this Item
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No sepai•ate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standaf•ds cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
3. Not•th Central Texas Council of Gove�nments (NCTCOG) — Clean Construction
Specification
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coot•dination with the Texas Depai�tment of Transpo�•tation
When work in the i•ight-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencitig a�ry woi•lc
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval fl•om the Texas Department of
Transportation
B. Worlc neaj• High Voltage Lines
1. Regulatory Requirements
a. All Work neai• High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Pcovide sign of sufficient size meeting all OSNA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulator linlcs on the lift hoolc connections fot• bacl< hoes oi• dippers
c. Equipment must �neet the safety 1•equi�•e�nents as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Worlc within 6 feet of high voltage electric lines
C1TY OF PORT WORTH Cobb Park Road and Drainage Improvemen[s
STANDARD CONSTRUCTION SYECIFICA'I'ION DOCUMENTS 021Gd
Revised December 20, 2012
oi 3s 13-3
SPECIAL PROJECT PROCEDURES
Page 3 of R
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical bar►•iers, de-energize the lines, o�• raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space EntTy Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
1. General
a. Observe the following guidelines relating to working on City constivction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
1) May 1 through October 31.
c. Critical Emission Time
1) 6:00 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TCEQ), in coordination
with the National Weather Se�vice, will issue the Air Pollution Watch by 3:00
pm. on the afternoon prior to the WATCH day.
b. Requirements
1) Begin work after 10:00 a.m. whenever construction phasing requires the
use of motorized equipment for periods in excess of 1 how�.
2) However, the Contractor may begin work prior to 10:00 a.m. if:
a) Use of motorized equipment is less than 1 hour, or
b) If equipment is new and certified by EPA as "Low Emitting", or
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities pe�� requirements of TCEQ.
F. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents pe��mit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insu��ance coverage, 24 hours
prior to commencing.
2) Minimum 24 hou�• public notification in accordance with Section O1 31 13
G. Water Department Coordination
CiTY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC"I�ION SPC-CIFICATION DOCUMENTS 021Gd
Re��ised December 20, 2012
01 3� 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of R
1. Dw•ing the construction of this project, it will be necessaiy to deactivate, for a
period of time, existing lines. The Conh�actor shall be required to coordinate with
the Watei• Department to determine the best times for deactivating and activating
those lines.
2. Coot•dinate any event that will rec�uire connecting to or the opei•ation of an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter fi•om the Water Department foi• use
dw•ing the life of named project.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the appropr•iate City representative.
1) Do not opei•ate water line valves of existi�ig water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractoi•
will be prosecuted to the full extent of the law.
b) In addition, the Contj•actor will assume all liabilities and
responsibilities as a result of these actions.
H. Public Notification Prior to Beginning Construction
Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending const��uction to the fi•ont
dooi• of each i•esidence or business that will be impacted by const►•uction. The notice
shall be prepai•ed as follows:
a. Post notice or flyer 7 days prior to beginning any construction activity on each
block in the project ai•ea.
1) Prepare flyer on the Contcactoi's letterhead and include the following
information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction dw•ation within the block
e) Name of the contractor's foi•eman and phone number
fl Name of the City's inspecto�� and phone number
g) City's after-hours phone number
2) A sample of the `pre-consttvction notification' flyer is attached as Exhibit
A.
3) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
4) Deliver flyer to the City Inspector for review prior to distribution.
b. No constcuction will be allowed to begin on any block until the flyer is
delivered to all i•esidents of the block.
I. Public Notification of Temporaiy Water Service Interi�aption du►•ing Construction
1. In the event it becomes necessa�y to tempora►•ily shut down water setvice to
residents o�• businesses during const�vction, prepare and deliver a notice or flyer of
the pending inter►•uption to the fi•ont door of each affected resident.
2. Prepared notice as follows:
a. The notification o►� flye�• shall be posted 24 how�s prior to the temporary
interruption.
CITY OF PORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Revised December 2Q 2012
01 3� 13 - 5
SPECIAL PROJGCT PROCEDURES
Page � of 8
b. P►�epare flyer on the contractor's letterhead and include the following
infoi•mation:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interivption will take place
5) Name of the conri•actor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water seivice interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporaiy interruption notification to the City inspectot•
for review prior to being distributed.
e. No interruption of water se�vice can occur until the flye�• has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained fi•om the Project
Construction Inspector.
J. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
K. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
2.
3
railroad permits are required, meet all requirements set fol•th in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company fi•om damage arising out of and/or fi•om the construction of
the project. Proper utility clearance procedw-es shall be used in accordance
with the permit guidelines.
Obtain any supplemental information needed to comply with the railroad's
requirements.
Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
L. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of sluc�y.
M. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OP PORT WORTH Cobb Park Road and Drainage (mprovements
STANDARD CONSTRUC'I�ION SPECIFICATION DOCUMENTS OZ1G4
Revised December 20, 2012
013� 13-6
SPGCIAI. PROJECT PI20CEDURES
Page 6 of 8
1.5 SUBMITTALS jNOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATEWAL SUBMITTALS jNOT USED�
1.9 QUALITY ASSURANCE [NOT US�D]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
L4.B —Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Jolmson Saf'ety, Subtitle A. Public Safety, Chapter 7�2. High Voltage Overhead Lines.
I.4.E — Added Contractor responsibility for obtaining a TCEQ Air Peimit
CITY OF FORT WORTH Cobb Park Road and Drainage lmprovements
S"tANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Revised December 20, 2012
01 3� 13-7
SPLC[AL PROJECT PROCEDURES
Page 7 0l R
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
'
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, P�EASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUCTION SPECIPICA'I�ION DOCUNIENTS 021G4
Re��ised December 20, 2012
01 3� 13 - 8
SPGCI�L PRO.IECT PROCEDURES
Page 8 of 8
EXHIBIT B
FORT WORTH
Date:
DOE I#O. XXXX
ProJecc name:
���iV'� �� Y �r���R�i�� �A�i'.� a��� V �4r'�
IPITERRLiPTIOH
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE AOURS OF ___. AND •
IF'YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSP�CTOR) (TELEPHONE NUMBER)
TFIIS INCONVENIENCE WILL BE AS SHORT AS PO5SIALE.
TAANK YOU,
CONTRACTOR
C1TY OF FOR'P WORTH Cobb Park Road and Drainage Improvements
S'I'ANDARD CONSTRUCTION SPECIFICA"1'lON DOCUMENTS 02164
Revised December 20, 2012
01 4> 23 - I
TESTTNG AND INSP6C'PION SERVICES
Page 1 of 2
SECTION O1 45 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
l.l SUMMARY
A. Section Includes:
1. Testing and inspection se�vices procedures and coordination
B. Deviations from this City of Fort Worth Standa�•d Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Rec�uij•ements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measm•ement and Payment
L Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test perfor►ned by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all i•equired payments
for testing by Contractor have been paid in full.
l.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Cont►-actor, notify City,
sufficiently in advance, that testing will be pe�•formed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Pi•oject directoly for electronic submittals to be
uploaded to City's Buzzsaw site, o�� another external FTP site approved by
the City.
C1TY OP FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 02164
Rc��ised July I, 201 1
01 4� 23 - 2
TES'fiNG AND TNSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated p►�oject directoiy and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests pei•formed by City
a) Distribute 1 hard copy to the Contt•actor
2) Tests performed by the Contractor
a) Distribute 3 ha��d copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of deliveiy
c. Material delivered
B. Inspection
I. Inspection or lack of inspection does not relieve the Contractoi• fi�om obligation to
perform work in accordance with the Contract Documents.
1.5 SIJBMITTALS (NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEj CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CI-IANGE
CITY OF PORT WORTH Cobb Park Road and Drainage Improvemen(s
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021Gd
Re��ised July I, 2011
01 50 00 - I
TEMPORARY PACILiTIES AND CONTROLS
Page 1 of 4
SECTION O1 50 00
TEMPORARY FACILITIES AND CONTROLS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporaiy facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitaty facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporaiy fencing of the construction site
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaiy to the various ltems bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporaiy Seivice
a. Make arrangements with utility selvice companies fo�• tempo�•aly se�vices.
b. Abide by rules and regulations of utility seivice companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility se�vices necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contracto�• to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or othe�• use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contracto►- personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water foi� construction is desi�•ed
CtTY OF PORT WORTH Cobb Vark Road and Drainage 6nprovements
STANDARD CONSTRUCTION SPECIFICA't10N DOCUMENTS 021G4
Re��ised July l, 2011
01 5000-2
TBMPORARl' FACILITII�S AND CONTROLS
Page 2 of4
d. Contractor Payment for Consh•uction Water
l) Obtain construction �vater meter fl�om City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for elect�•ic powered seivice as required for Work, including
testing of Work.
, 1) Provide power for lighting, operation of equipment, or other use.
b. Electt•ic powel• setvice includes temporajy powei• service or generator to
maintain operations dui•ing scheduled shutdown.
4. Telephone
a. Pi•ovide emei•gency telephone seivice at Site for use by Contracto�� personnel
and others performing work or furnishing seivices at Site.
5. Temporaiy Heat and Ventilation
a. Provide temporaiy heat as necessaiy for protection or completion of Worlc.
b. Pi•ovide temporary heat and ventilation to assui•e safe working conditions.
B. Sanitaty Facilities
l. Provide and maintain sanitaiy facilities foi• persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitaiy facilities.
b. No discharge will be allowed fi•om these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and propei•ly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Pi•oject
C. Stoi•age Sheds and Buildings
I. Provide adec�uately ventilated, watertight, weatherproof stoi•age facilities with flooi•
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocl<s off
ground.
3. Store materials in a neat and orde�•ly mannej•.
a. Place matei•ials and equipment to permit easy access for identification,
inspection and invento�y.
4. Equip building with lockable doo�s and lighting, and provide electrical service for
equipment space heaters and l�eatiug or ventilation as necessary to pi•ovide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for tempora�y structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Tempora�y Fencing
1. PI•ovide and maintain for the du1•ation oi• consti•uction when required in contract
documents
E. Dust Control
CITY OF PORT WORTH Cobb Park Ro�d and Drainage improvements
STANDARD CONSTRUCTION SPF.CIFICATION DOCUMEN'I'S 0216d
Revised July 1, 2011
� 015000-3
TEMPORARY FACIL.ITIES AND CON"TROLS
Page 3 of4
1. Contractor is responsible for maintaining dust control tlu•ough tlie duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manne�-
' F. Tempora�y Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work fi•om damage due
to weather.
1.5 SUBMITTALS [NOT USED)
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED)
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED)
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 jREPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING (NOT USED]
3.10 CLEANING [NOT USED]
3.l l CLOSEOUT ACTIVITIES
A. Temporaty Facilities
CITI' OP FORT WORTH Cobb Park Road and Drainage improvements
STANDARD CONS7'RUCTION SPF.CIFICATION UOCUMENTS 021Gd
Revised July I, 201 1
oi s000-a
TEMPORARI' FACILITIES AND CONTROLS
Page d of d
1. Remove all temporary facilities and restoce area aftei• completion of the Worl<, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION (NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS (NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CI'CY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS7'RUC'I'lON SPECIFICATION DOCUMEN'iS 021Gd
Revised July 1, 201 I
O15�26-I
STRI;FT USE PF.RNIIT AND MODIF1CATlONS TO'PRA�FIC CONTROL
Page I of 3
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Pei•mit
b. Modification of approved ti•affic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaiy to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current refe��ence standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Dcawings, provide Traffic
Control in accordance with Drawings and Section 34 7l 13.
b. When traffic control plans are not included in the Dj•awings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
revi ew.
1) Allow minimum 10 working days for t•eview of proposed Traffic Control.
' B. Street Use Permit
1. Prior to installation oiTraffic Conti�ol, a City Street Use Permit is required.
I a. To obtain Street Use Permit, submit T�•affic Control Plans to City
Transportation and Public Works Department.
CITY OF FOR7' WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164
Revised July 1, 2011
01 552G-2
STREET USE PERMIT AND MODI�ICATIONS "I'O TRAPPiC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days fo►• pecmit ceview.
2) Contractor's responsibility to coordinate i•eview of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic cont�•ol:
a. Submit �•evised traffic control plans to City Department Transportation and
Public Worl<s Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for r•eview of revised Ti•affic Control.
3) It is the Conti•actor's r•esponsibility to coot•dinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Sh�eet Sign
1. If it is determined that a stceet sign must be removed for construction, then contact
City Transpo��tation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Tempora�y Signage
1. In the case of regulatoiy signs, replace permanent sign with tempora�y sign meeting
requirements ofthe latest edition ofthe Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporaiy sign Uefore the removal of permanent sign.
3. When construction is complete, to the extent that the per•manent sign can be
reinstalled, contact the City Transportation and Public Worlcs Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED)
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEj CONDITIONS [NOT USED]
1.12 WARRANTY (NOT USED]
PART 2 - PRODUCTS (NOT USED]
PART 3 - EXECUTION [NOT USED�
END OF SECTION
CITY OF FOR'l� WOR'('H Cobb Park Road and Drainage improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Re��ised July t, 201 I
Ol 5� 2G - 3
STREET USE PERMI'I' ANU MODIPICA"�IONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGL
CITY OF PORT WORTFi Cobb Park Road and Drainage Impravements
' S7�ANDARD CONS'TRUCTION SPECITICATION DOCUMENTS 0216d
Revised July I. 201 I
015713-I
STOI2M WATER POLLUTION PRF.V[NTION
Page I ot 3
SECTION Ol 57 13
STORM WATER POLLUTION PREVENTION
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. P►•ocedures fot• Storm Watel• Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding ReGuirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Rec�uirements
3. Section 31 25 00 — EI•osion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 aci•e of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Envi�•onmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. Gene��al
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
' CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC7'!ON SPECIFICATION DOCUMEN'I'S 02164
Revised July 1. 201 1
015713-2
STORM WATER POLLUTtON PRGVC-NTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide ecosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 aci•es of distui•bance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Pei�mit is required
b. Complete SWPPP in accordance with TCEQ rec�uirements
1) TCEQ Small Construction Site Notice Required under genei•al permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Tr•anspo��tation and Public Worlcs, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Peimit
d) SWPPP
e) TCEQ j•equii•ements
3. 5 acj•es or moi•e of Distut•bance
a. Texas Pollutant Dischaige Elimination System (TPDES) General Construction
Pet•mit is required
b. Complete SWPPP in accoi•dance with TCEQ requii•emeilts
l) Prepar•e a TCEQ NOI foym and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Woi•ks,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if malcing changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXRI50000 Genej•al Permit
d) SWPPP
e) TCEQ rec�uii•ements
4) Once the project has been completed and all the closeout requir•ements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Wo►•ks,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
Submit in accordance with Section O 1 33 00, except as stated herein.
a. Prioc to the Preconstruction Meeting, submit a d►•aft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Worl<s, Environmental Division for review
CITY Or POI2T WORTH Cobb Park Road and Drainage Improvemcnts
S"rANDARD CONS'TRUCTION SPECIFICATION DOCUMENTS 0216d
Revised July I, 201 I
01 57 13 - 3
STORM WATER POLLUTION PRI:V}:N( lON
Page 3 0l 3
B. Modified SWPPP
I. tf the SWPPP is revised during construction, �•esubmit modified SWPPP to the City
in accordance with Section 01 33 00.
l.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USEDJ
1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
l.l l FIELD [SITE] CONDITIONS �NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OP POKT WORTH Cobb Park Road and Drainage 6nprovements
STANDAKD CONSTRUCTION SPECIFICATION DOCUMLNTS 021 G4
Revised July I, 2011
1
2
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
SECTION O1 58 13
TEMPORARY PROJECT SIGNAGE
OI SS 13 - 1
"I EMPORARY PRO.IEC'I' SIGNnGE
Page I of 3
1.1 SUMMARY
A. Section Includes:
1. Temporaiy Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED �oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF PORT ��VORTH
STANUARD CONSTRUCTION SPEGPICATION DOCUMENTS
Revised July I, 201 I
Cobb Park Road and Drainage hnprovements
02164
oi ss t3-z
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
1 B. Materials
2 1. Sign
3 a. Constructed of'/-inch fir plywood, grade A-C (exterior) or better
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USEDJ
6 PART 3 - EXECUTION
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PI2�PARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Ban-icade
3.5 REPAIR / IZ�STORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD �oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE
27 A. General
28 1. Maintenance will include painting and repairs as needed or directed by the City.
29 3.14 ATTACHMENTS [NOT USED]
30
31
END OF SECTION
CITY OF FOR'I' WOR'PtI Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS 02164
Revised July I, 201 I
01 5S 13 - 3
TEMPORARY PRO.IECT SIGNAGE
Pagc 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITI' OF FOR"I' WORTH Cobb Park Road and Drainage Impro��ements
STANDARD CONSTRUCT'ION SPECIF[CATION DOCUNIENTS 02164
Revised.luly l, 201 I
O16000-1
PRODUCI' REQUIREMEN"i'S
Page 1 0( 2
SECTION 01 60 00
PRODUCT REQUIREMENTS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations fi�om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requit•ements, Conh•act Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is located on Buzzsaw as follows:
1. Resources\02 - Construction Documents\Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for ase on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product i�equirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City rese�ves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products fi-om that manufacturer ar•e appt•oved for use, including but not limited to, that
manufactw•er's standard product.
E. See Section O1 33 00 for submittal i•eguirements of Product Data included on City's
Standard P►•oduct List.
1.5 SUBMITTALS [NOT ITSED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED�
1.7 CLOSEOtTT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Cobb Park Road and Drainage hnprovements
STANDARD CONSTRUC'1'ION SPECIFICATION DOCUMENTS 021Gd
Revised December 20. 2012
oi �000-z
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD (SITE� CONDITIONS (NOT USED]
1.12 WARRANTY (NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Jolmson Modified Location of City's Standard Product List
CITY OF FORT WOR"T'11 Cobb Park Road and Drainage Improvements
STANDARD CONS7RUCTION SPECIFICATION DOCUMENTS 021G4
Revised December 20, 2012
o i �� oo - i
PRODUC7' STORAGE AND HANDLTNG RGQIJiREMGN'I'S
Pagc I ofd
SECTION Ol 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
l. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage fi•om:
a. Nandling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— Genei•al Requirements
1.2 PWCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Worlc associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SDBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Rec�uirements
1. Schedule deliveiy of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and ec�uipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended pe�•iods of time on the Site
fo�� personnel o�• equipment to receive the delive�y.
C1TY Or PORT V✓ORTN Cobb Park Road and Drainage Improvements
STANDARD CONS'iRUC'1'ION SPECIFICAT(ON DOCUMENTS 02164
Revised July I. 201 1
Ol 6600-2
PRODUCT STORAGG AND HANDLING RGQUII2EMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents fi•om physical or
environmental damage.
5. Clearly and fully mai•Ic and identify as to manufactut•ej•, item and installation
location.
6. Provide manufactut•er's instructions fot• storage and handling.
B. Handling Rec�uirements
1. Handle products or eGuipment in accordance with these Contract Documents and
manufactw•er's recon�mendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's i•ecommendations and
1•equirements of these Specifications.
2. Make necessaiy provisions for safe storage of materials and equipment.
a. Place loose soil mater•ials and materials to be incorporated into Woi•k to pi•event
damage to any part of Work or existing facilities and to maintain fi•ee access at
all times to all pai•ts of Worlc and to utility service company installations in
vicinity of Worlc.
3. Keep mater•ials and ec�uipment neatly and compactly stor•ed in locations that will
cause minimum inconvenience to othe�� contractors, public h�avel, adjoining owners,
tenants and occupants.
a. Ai•1•ange stot•age to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, o�� approved by City's Pi•oject Representative.
5. Pi•ovide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's P►�oject Repj•esentative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of ownei• or other person in possession ot• control of premises.
7. Store in manufactw•ers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Worl< to avoid inconvenience and damage to property owneis and general public
and maintain at least 3 feet fi�om fire hydrant.
9. Keep public and p��ivate di•iveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, stceets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distj•ibuted along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
C1TY OP FORT WORTH Cobb Park Road and Drainage Impro��ements
STANDARD CONSTRUCT�ION SPEC[FICATION DOCUMENTS 021G4
Revised Jnly l, 2011
01 6600-3
PRODUCT STORAGE AND HANDLING REQUIRGMENTS
Page 3 of 4
l.l l FIELD (SITE� CONDITIONS (NOT USED]
1.12 WARRANTY �NOT USED]
PART 2 - PRODUCTS �NOT USED)
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION jNOT USEDJ
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD (oR] SITE QUALITY CONTROL
A. Tests and Inspections
]. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
l. Reject all products or equipment that are damaged, used or in any othej• way
unsatisfactory for use on the project.
3.8 SYSTEM STARTi7P [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING (NOT USED)
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all pi•oducts or equipment in accordance with manufactuj•er's written dir•ections.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment fi•om exposure to elements and keep thoroughly dry if required by
the manufactw•er.
3.13 MAINTENANCE (NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTiON
CITY OF FOR"I' WORTN Cobb Park Road and Drainaee Improvements
STANDARD CONS'T'RUC'iION SYECIFICA'i'ION DOCUMENTS 02164
Revised July 1, 201 I
o t �� oo - a
PRODUCT S'PORAGE AND I(ANDLING REQLIIREMENTS
Page 4 of d
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FOR'T WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUCTION SI'ECIPICATION DOCUMENTS 021 Gd
Revised July l, 201 1
oi �o 00 - i
MOBILIZATION AND REMOBILIZATION
Pagc 1 of 4
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, ec�uipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) T�•ansportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessa�y general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away fi�om the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
2)
3)
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Conti•act Documents
Remobilization
a) Transpoi�tation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
ope��ation at the Site necessary to �•esume the Work.
No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the noimal p��ogi•ess of perfo�•ming the Work.
b) Stand-by or idle time
c) Lost pi•ofits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
�
CITY OF FOR"I' WORTH Cobb Park Road and Drainagc lmprovements
STANDAI2D CONSTRUCTION SPECIPICA"PION DOCUMEN"i'S 0216a
Revised December 20, 2012
ot �000-2
MOBILIZt\TION AND REMOBILIZAT(ON
Page 2 of d
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessa�y for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to tlze Site for the issued Work Order.
b) Establishtnent of necessaiy general facilities fo�• the Contractor's
operation at the Site for the issued Wo�•k Order
2) Demobilization shall consist of the activities and cost necessaty for:
a) Ti•anspoi�tation of Contj•actor's peisonnel, equipment, and operating
supplies fi�om the Site including disassembly fo�• each issued Work
Ordej•
b) Site Clean-up for each issued Worlc O�•der
c) Removal of all buildings or other facilities assembled at the Site for
each Wo►�k Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Pi•ojects when directed by the City and the
mobilization occurs within 24 hom•s of the issuance of the Work Order.
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The worlc performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization foi� suspension of Work as specifically i•equired in the Contract
Documents
a. Measurement
1) Meas�u•ement for this Item shall be per each remobilization performed.
b. Payment
1) The worl< performed and materials fw•nished in accordance with this Item
and measured as provided under "Measucement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contcact
Documents.
c. The price shall include:
I) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section l.l.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH Cobb Park Road and Drainage 6nprovements
S7'ANDARD CONSTRUCTION SYGCIFICATION DOCUMENTS 021 G4
Revised December 20, 2012
01 7000-3
MOBILIZATION AND REMOBILIlATION
Page 3 ol'd
3. Remobilization for suspension of Wo��l< as rec�uit•ed by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, o�• lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measw•ement
1) Measw•ement foj- this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
l) The Work performed and materials furnished in accordance with this Item
and measured as provided under "MeasuremenY' will be paid for at the unit
pj•ice per each "Work Order• Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiaiy to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization reGuired by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiaiy to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section l.l .A.4.a)
2) Demobilization as described in Section I.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES �NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
l.7 CLOSEOUT SUBMITTALS [NOT USED]
l.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED]
1.9 QUALITY ASSURANCE �NOT USED]
110 DELIVERY, STORAGE, AND HANDLING �NOT USED�
CITY OF FORT WORTH Cobb Park Road and Drainage improvements
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 0216d
Revised Decembcr 20. 2012
oi �000-�
MOBIL►'LATION AND REMOBILIZA"I'lON
Page d of 4
l.l l FIELD �SITE] CONDITIONS (NOT USED]
1.12 WARRANTY [NOT USEDJ
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF 5ECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTN Cobb Park Road and Drainage Improvemenls
STANDARD CONSTRUC7'ION SPGCIPICA'I'ION DOCUMEN'CS 021G4
Revised December 20, 2012
017123-I
CONSTRUCTION STAK�NG AND SURVBY
I'age I of 4
SECTION Ol 71 23
CONSTRUCTION STAKING AND SURVEY
PARTI- GENERAL
l.l SUMMARY
A. Section Includes:
1. Requir•ements for construction staking and construction survey
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but a�•e not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measui•ement and Payment
1. Construction Staking
a. Measurement
l) This Item is considered subsidiaty to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidia�y to the various Items bid and no other compensation will
be allowed.
2. Construction Swvey
a. Measu��ement
1) This Item is considered subsidiaiy to the various Items bid.
b. Payment
l) The work pe�•formed and the materials fw•nished in accordance with this
Item are subsidiaiy to the various Items bid and no other compensation will
be allowed.
1.3 REFERENCES (NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
�
A. Submittals, if required, shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City p�•ior to delivery.
, 1.6 ACTION SUBMITTALS/tNFORMATIONAL SUBMITTALS
A. Certificates
1. Provide certificate certifying that elevations and locations of improvements a�•e in
conformance or non-conformance witll requirements of the Contract Documents.
a. Certificate must be sealed by a registe�•ed professional land sutveyo�• in the
State of Texas.
CITY OP FORT WOI2TH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUC'I�ION SPECIFICA`I'lON DOCUMENTS 02164
Revised December 20, 2012
01 71 23 - 2
CONSTRUCTION STAK�NG AND SURVEY
Page 2 0l'4
B. Field Quality Control Submittals
1. Documentation verifying accuracy of field enginee►•ing work.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED]
1.9 QUALITY ASSURANCE
A. Constt•uction Staking
1. Construction staking will be performed by the City.
2. Coordination
a. Contact City's Project Representative at least 2 weeks in advance for
scheduling of Consti•uction Staking.
b. It is the Contractor's responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contt•actor is 1•esponsible for preseiving and maintaining stakes fui•nished by
City.
b. If in the opinion of the City, a sufficient numbei• of stakes or markings have
been lost, destroyed or disturbed, by Contractor's neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 pei•cent markup. The cost for staking will be
deducted fi�om the payment due to the Contractor for the Project.
B. Const►-uction Suivey
1. Consh•uction Survey will be performed by the City.
2. Coordination
a. Conh•actoi• to verify that control data established in the design suivey i•emains
intact.
b. Coordinate with the City prior to field investigation to determine which
hot•izontal and vet�tical control data will be required for consti•uction su�vey.
c. It is the Contractoi•'s responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Notify City if any conti•ol data needs to be i•estored or t•eplaced due to damage
caused du�•ing consti-uction opei•ations.
1) City shall perform 1•eplacements and/or cestorations.
3. General
a. Construction survey will be perfoimed in order to maintain complete and
accurate logs of control and su�vey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perfo�•m construction swvey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and cooi•dinates foi• each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates foc waterlines at the following
locations:
(1) Every 250 linear feet
CITY OP FORT WORTH Cobb Park Road and Drainage improvements
5'iANDARD CONSTRUCCION SPECIFICA'I'ION DOCUMENTS 021G4
Re��ised December 20, 2012
01 71 23 - 3
CONS7'RUCTION STAKING AND SUT2VEY
Page 3 of 4
c.
�
(2) Horizontal and vertical points of inflection, cwvatw•e, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and cooydinates at the following locations:
(a) Every 2501inear feet
(b) Horizontal and vei-tical points of inflection, curvature, etc.
c) Sanitaly Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Eveiy 2501inear feet
(b) Horizontal and vertical points of inflection, cuivature, etc.
(c) Cleanouts
Construction suyvey will be pei•formed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
The Cont��actor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established bendimarks and control points provided for the Contractor's
2)
3)
4)
5)
6)
7)
8)
9)
use are accurate
Benchmarl<s were used to fw•nish and maintain all reference lines and
grades for tunneling
Lines and g�•ades were used to establish the location of the pipe
Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
Pi•ovide access for the City to verify the guidance system and the line and
gi•ade of the cai7•ier pipe on a daily basis.
The Contractor remains fully responsible for the accuracy of the work and
the correction of it, as required.
Monitor line and grade continuously during const�•uction.
Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
If the installation does not meet the specified tolerances, immediately notify
the City and co►-j-ect the installation in accordance with tlle Contract
Documents.
1.10 DELIVERY, STORAGE, AND HANDLING �NOT U5ED]
CTTY OF PORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUC7�lON SPF,CIFICA"TION DOCUMENTS 021(id
Revised December 20. 2012
o� �� zs-a
CONSTRUCTION S7'AKiNG AND SURVEY
Page d of 4
1.11 FIELD (SITE� CONDITIONS jNOT USED�
1.12 WARRANTY (NOT USED]
PART 2- PRODUCTS �NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT US�D]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accoi•dance with this Specification.
B. Do not change or relocate stakes or control data without approval fi•om the City.
3.8 SYST�M STARTUP [NOT USED]
3.9 ADJU5TING �NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOIJT ACTIVITIES jNOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT iJSED]
3.14 ATTACHMENTS jNOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
S/31/2012 D.Johnson
CtTY OF FORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUC'I'lON SYECIFICATION DOCUMENTS 021G4
Re��ised December 20, 2012
01 74 23 - 1
CLEANING
Page 1 of 4
SECTION 01 74 23
CLEANING
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requi�•ements, Contract Forms and Conditions of the Conti•act
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measw�ement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning opei•ations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted sw•faces.
2. Schedule final cleaning upon completion of Worlc and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE �NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requi�-ements
1. Store cleaning p�•oducts and cleaning wastes in containe�•s specifically designed for
those materials.
CtTY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPFC(PICA'iION DOCUMENTS 021G4
, Revised July l, 2011
a � �a z3 - 2
CL.EANiNG
Page 2 of'd
1.11 FIELD �SITE) CONDITIONS (NOT USED]
112 WARRANTY (NOT USED�
PART2- PRODUCTS
2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufactw•er
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION (NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION (NOT USEDJ
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING (NOT USEDJ
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mine��al spirits, oil or paint thinner in
storm or sanitai•y drains or sewers.
4. Dispose of degradable debris at an appf•oved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and i•egulatoiy agencies.
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS OZIG4
Revised July I, 2011
o� �az3-3
CLEANING
Page 3 of 4
6. Handle materiais in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this p►�oject.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If pi•oject is not cleaned to the satisfaction of the City, the City rese�ves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not bw•n on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or• convenience of
personnel in existing facility operations.
2. At maximum weekly inteivals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away fi•om construction or operational activities
c. Haul fi•om site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or ti•ansported by flowing water dui•ing the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dii�t, stains, fingerprints, labels and other
foreign materials fi•om sight-exposed stu•faces.
2. Wipe all lighting fixtw�e reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mit•rors.
4. Polish glossy sucfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
du�•ing construction.
b. Clean ducts, blowers and coils if units were operated without filters dut•ing
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and contt-ol room floors.
D. EYterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containe�•s fi•om site.
a. Re-seed areas distw•bed by location of t�•ash and debris containeis in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the t�oadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction bo�;es and inlets.
' CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS'I'RUC'1'lON SPECI�ICAI ION DOCUMENTS 021G4
Re��ised July l, 201 1
o i �a zs - a
CLLANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control fi-om site.
5. Clean signs, lights, signals, etc.
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Re��ised July t, 2011
OI7719-I
CLOSGOUT REQUIREMENT'S
Page 1 of 3
SECTION Ol 77 19
CLOSEOUT REQUIREMENTS
PARTl- GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations fi•om this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiaty to the various Items bid.
No separate payment will be allowed for• this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment wi11 be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactoiy evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
C1TY OP FORT WORTH Cobb Park Road and Drainage Improvements
S'iANDARD CONSTRUCTION SPECIFICATION UOCUMENTS 02164
Revised July 1, 201 I
o� �� i�-2
CL.OSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS (NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section O l 78 23
B. Prior to requesting Final Inspection, pej•form final cleaning in accocdance with Section
O 1 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with tlle Contractor present.
b. Upon completion of tllis inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective oi• incomplete.
2. Upon receiving w1•itten notice fi•om the City, immediately undertake the Work
requii•ed to remedy deficiencies and complete the Worlc to the satisfaction ofthe
City.
3. Upon completion of Worl< associated with the items listed in the City's written
notice, inform the City, that the �•equired Worlc has been completed. Upon receipt
of this notice, the City, in the presence of the Conti•actor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories regui►•ed to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Othei• eYpendable items as required fo►• initial start-up and ope�•ation of all
equipment
D. Notice of Pi•oject Completion
CITY OF FORT WORTH Cobb Park Road and Drainage Improvcments
STANDARD CONS"I'RUCTION SPECIPICATION DOCUMLNTS 02164
Revised July l, 2011
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Cooi•dinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Sw�ety to Final Payment
e. Pipe Report (if required)
f. Contracto�'s Evaluation of City
g. Perfoimance Evaluation of Contractor
F. Lettel• of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Rec�uest for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES �NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Cobb Vark Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021G4
Revised July l, 2011
O1 73 39 - 1
PROJEC'l� RECORD DOCUMENTS
Page 1 of d
SECTION Ol 78 39
PROJECT RECORD DOCUMENTS
PARTl- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Repo��ts
c. Sanitaiy Sewer Seivice Reports
d. Large Water Meter Reports
B. Deviations fi•om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measw•ement and Payment
1. Worlc associated with this Item is considered subsidia�y to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Pt•oject Rep�•esentative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
l.9 QUALITY ASSURANCE
A. Accut•acy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other pocuments where such ent�y is required to show the change properly.
2. Accuracy of ►•ecords shall be such that future search for items shown in the Contract
Documents may rely reasonably on info�•mation obtained fi-om the appr•oved P�•oject
Record Documents.
CITY OF FORT WORTN Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUCTION SPECfF'1CA'TION DOCUMENTS 0216d
Revised July 1, 201 I
O] 7839-2
PROJECT RL-CORD DOCUMENTS
Page 2 of 4
3. To facilitate accw�acy of records, make entries within 24 how�s after receipt of
information that the change has occurred.
4. Provide factual information rega�•ding all aspects of the Worlc, both concealed and
visible, to enable future modification of the Wot•k to proceed without lengthy and
expensive site measut•ement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Stor•age and Handling Requirements
I. Maintain the job set of Record Documents completely protected fi•om deterioi•ation
and fi•om loss and damage until completion of the Work and ri•ansfer of all t•ecorded
data to the final Project Recoi•d Documents.
2. In the event of loss of recorded data, use means necessaiy to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure fi�om the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Woj•k and prioi• to Final Inspection, pt•ovide
the City 1 complete set of all Final Record Di•awings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL (NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED�
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
tide, "RECORD DOCUMENTS - JOB SET".
CITY OF PORT WORTH Cobb Park Road and Drainage Improvements
S7�ANDARD CONSTRUCTION SPECIFICATION UOCUMENTS 021 G4
Revised July I, 2011
01 73 39 - 3
PROJEC7' I2ECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the ConU-act completion time, the probable number of occasions
upon which the job set must be tal<en out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any pu�•pose except entry of new data and for review
by the City, until start of transfer of data to final Project Reco�•d Documents.
c. Maintain the job set at the site of work.
3. Coordination with Const�•uction Swvey
a. At a minimum, in acco�•dance with the inte�•vals set forth in Section O1 71 23,
clearly mark any deviations fcom Contract Documents associated with
installation of the infi-astructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the ent�y by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray pf•ecise physical layout.
I) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical a�•rangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vei-tical location ofthe Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requi�•ements for conve�sion of schematic layouts
where, in the City's judgment, conveision serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Pi•oject Reco��d Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as cequired.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
C1TY OF FORT WORTH Cobb Park Road and Drainage ]mprovements
S7'ANDARD CONSTRUCTION SPECIFICA7'ION DOCUNIENTS 02164
Revised Jul}� 1, 2011
01 7839-4
PROJECP RECORD DOCUMENI'S
Page 4 of 4
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to asstn•e
longevity and clear i•eproduction.
2. Transfe�• of data to other pocuments
a. If the Documents, other than D�•awings, have been kept clean dtn•ing progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document fi�om the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED)
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED�
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTIOI�1 [NOT USED]
3.13 MAI1�iTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF PORT WORTII Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SI'ECIFICATION DOCUMENTS 02164
Revised July I, 20I I
312316-I
LINCLASS►P1ED EXCAVATION
Page 1 of 5
SECTION 31 23 16
UNCLASSIFIED EXCAVATION
PART1- GENERAL
11 SUMMARY
A, Section Includes:
1. Excavate areas as shown on the Drawings or as directed. Removal of materials
encountered to the lines, grades, and typical sections shown on the Drawings and
removal fi•om site. Excavations may include construction of
a. Roadways
b. Drainage Channels
c. Site Excavation
d. Excavation for Structures
e. Or any other operation involving tlie excavation of on-site materials
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 31 23 23 — Bo�•row
4. Section 31 24 00 — Embankments
1.2 PWCE AND PAYMENT PROCEDURES
A. Measw•ement and Payment
1. Excavation by Plan Quantity
a. Measurement
1) Measurement for this Item shall be by the cubic yard in its final position
using the ave�•age end area method. Limits of ineasut•ement are shown on
the Drawings.
2) When measm•ed by the cubic yard in its final position, this is a plans
quantity measurement Item. The quantity to be paid is the quantity shown
in the proposal, unless modified by Article 11.04 of the General
Conditions. Additional measw�ements or calculations will be made if
adjustments of quantities are required.
b. Payment
1) The work performed and materials fw•nished in accordance with this Item
and measw•ed as provided under "Measurement" will be paid for at the unit
price bid per cubic yard of "Unclassified Excavation by Plan". No
additional compensation will be allowed for �•ock or shrinkage/swell
factors, as these ai•e the Co�itcactor's responsibility.
c. The pt•ice bid shall include:
I ) Excavation
2) Excavation Safety
3) Drying
CITY OF PORT WORTH Cobb Park Raad and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS 021Gd
Revised Januaiy 28, 2013
31 23 I6-2
LJNCLASSIFIED GXCAVATION
Page 2 of 5
�� DUSt COritl'O�
5) Reworking oi� replacing the ovei• excavated material in rodc cuts
6) Hauling
7) Disposal of excess material not used elsewhere onsite
8) Scarification
9) Clean-up
�. �..,..,...,�:,,., ti., c,,.....,...,a n,,.,,,+:�„
&. T,to .,r
.,1..,,i.,ro.7 , .. t4,o ., .,.i ., �;ro .,,orl„„-1
..l Ti,o f`;t„ .,,;il „o,•F ,•Y., ., •aF ,�o,,,.o � o r4,o e:+o t,.,� i,00., ,.lo.,..0.7
�T
t.. ..L.t..:., � �r;.,., .. .,,1 ,. «.,J:+:,..�..
it Tl,e f''r,.. 'il •F.,, f, I r r..,,..r'.,,,
v}—rnc-c-'rcT--�'rin=pcnvi-nr-u-zr'r'a^rrp�vsc crn=rscruc�rorrScii=r'cT:
E\ Tl,e l�...,t...,..r.,,..,.:il t,o «..,;.7 f.. rt,o ..,,1,:.. ...,..1.,..-� ,.�F�.,.....,�ro.� .,-,.,ro..:.,i
a\ D.,..r:.,t ,-. «,t� . ,:il t,o 1..,�0,-1 „ o�r:.,,.,ro,i ..t.,,. „ .,r:r..
,�r� ,..,t,.,,t.,�e,7 b.,. +t,e R.,..:.,00..
4. D., ,,*
v�zc
.0 »
0 1,;,7 ,-. „1.;.. <.,,•.a ,.f ��T T,,..1.,��7f o.t R.,,..,,,.,r;..,, t�,. Q,,...>o..�e
Tl.o ., o 1�.;.1 �i,.,tl ; ..1,,.70. .
1 \ �.,...,.,..4'..
7\ �.,...,.,.,r7.... C.,f r..
��
�1\ ll„�� l�,,,,*.•,.1
�\��� .
'7\ ll:......�.,1 ..f o..,.o�� „�..,r�..;.,1 .,.,� , ofl �I�o.,.H�,•„ ,. �:ro
�--�EiH'}�i-C-3%} 6�1
n\ n�
1.3 REFERENCES [NOT USED]
A. Definitions
1. Unclassified Excavation — Without regard to materials, all excavations shall be
considered unclassified and shall include all materials excavated. Any i•eference to
Rocic or other materials on the Drawings or in the specifications is solely fot• the
City and the Contractoi•'s infoi•mation and is not to be talcen as a classification of
the e;ccavation.
1.4 ADMINSTRATIVE REQUIREMENTS
A. The Contractor will provide the City with a Disposal Letter in accordance to Division
Ol.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED�
l.7 CLOSEOUT SUBMITTALS (NOT USED)
C1TY OF PORT WORTN Cobb Vark Road and Drainage Improvements
STANDARD CONS"I'RUCTION SPECIFICATION DOCUMENTS 021G4
Revised January 28, 2013
31231(-3
UNCLASSIFIED C-XCAVATION
Page 3 of 5
1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED]
1.9 QUALITY ASSURANCE
A. Excavation Safety
1. The Contractor shall be solely responsible foi• malcing all excavations in a safe
manner.
' 2. All excavation and related slleeting and bracing shall comply with the i•equirements
of OSHA excavation safety standards 29 CFR part 1926 and state requirements.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage
1. Within Existing Rights-of-Way (ROW)
a. Soil may be stored within existing ROW, easements or temporary constj•uction
easements, unless specifically disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion conti•ol in accordance with Section 31 25 00.
d. When the Wor•k is performed in active traffic areas, store materials only in
areas barricaded as p��ovided in the t►•affic control plans.
e. In non-paved areas, do not store material on the root zone of any t►•ees or in
landscaped a��eas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils within the ROW,
easement or temporaiy construction easement, then secure and maintain an
adequate storage location.
b. Provide an affidavit that rights have been secut•ed to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do not block drainage ways.
1.11 FIELD CONDITIONS
A. Existing Conditions
1. Any data which has been or may be provided on subsuj-face conditions is not
intended as a repi•esentation or warranty of accuracy or continuity between soils. It
is expressly undei•stood that neither the City nor the Engineer will be responsible
for interpretations or conclusions drawn there from by the Contractor.
2. Data is made available for the convenience of the Contractor.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED�
2.1 OWNER-FURNISHED jNOT USED)
2.2 PRODUCT TYPES AND MATERIALS
A. Materials
1. Unacceptable Fill Material
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICA'I�ION DOCUMENTS 021G4
Revised January 28, 2013
3� z3 i�-a
UNCLASSIPIED EXCAVATION
Page 4 of 5
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
D2487
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CONSTRUCTION
A. Accept ownei•ship of unsuitable or excess material and dispose of material off-site
accor•dance with local, state, and federal regulations at locations.
B. Excavations shall be performed in the diy, and kept fi•ee fi�om water, snow and ice
duz•ing construction with eh exception of water that is applied for dust control.
C. Separate Unacceptable Fill Material f►•om other materials, remove from the Site and
properly dispose according to disposal plan.
D. Maintain drainage in the excavated area to avoid damage to the roadway sections and
proposed or existing structures.
E. Correct any damage to the subgrade caused by weather, at no additional cost to the
City.
F. Shape slopes to avoid loosening material below or outside the proposed grades.
Remove and dispose of slides as directed.
G. Rock Cuts
1. Excavate to finish gcades.
2. In the event of over excavation due to contractor ecror below the lines and grades
established in the Drawings, use app�•oved emUanlcment material compacted in
accordance with Section 31 24 00 to replace the over excavated at no additional
cost to City.
H. Earth Ctrts
1. Excavate to finish subgl•ade
2. In the event of over excavation due to cont�•actor error below the lines and gi•ades
established in the Di•awings, use approved embanlcment mateyial compacted in
accordance with Section 31 24 00 to ceplace the over excavated at no additional
cost to City.
3. Manipulate and compact subgrade in accocdance with Section 31 24 00.
3.5 REPAIR �NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Subgrade Tolerances
1. Excavate to within 0.1 foot in all directions.
C1TY OF FORT WORTl1 Cobb Park Road and Dr�inage lmprovements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 021 G4
Revised January 28, 2013
3I 23 I6 - 5
IINCLASSIFIED EXCAVATION
Page 5 of'S
2. ]n areas of over excavation, ConU�actor p�-ovides fill material approved by the City
at no expense to the City.
3.8 SYSTEM STARTUP �NOT USED)
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES �NOT iTSED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE (NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
1/28/13 D. Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
CtTY OF FORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S 021Gd
Re��ised January 28, 2013
3izaoo-�
EMBANKMGNTS
Page I of 9
SECTION 31 24 00
EMBANKMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Transporting and placement of Acceptable Fill Material within the boundaries of
the Site for construction of:
a. Roadways
U. Embankments
c. Drainage Channels
d. Site Grading
e. Any other operation involving the placement of on-site materials
B. Deviations fi�om this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 31 23 16 — Unclassified Excavation
4. Section 31 23 23 —Borrow
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Embankments by Plan Quantity
a. Measurement
1) Measurement for this Item shall be by the cubic yard in its final position
using the average end area method. Limits of ineasurement are shown on
the Drawings.
2) When measured by the cubic yard in its final position, this is a plans
quantity measurement Item. The c�uantity to be paid is the quantity shown
in the proposal, unless modified by Article 11.04 of the General
Conditions. Additional measurements or calculations will be made if
adjustments of quantities are required.
b. Payment
1) The work performed and materials fw•nished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price Uid per cubic ya�•d of "Embankment by Plan". No additional
compensation will be allowed for rock oi• shrinkage/swell factors, as these
are the Contractor's �•esponsibility.
c. The price bid shall include:
1) Transporting or hauling material
2) Placing, compacting, and finishing Embankment
3) Construction Water
4) Dust Control
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164
Rc��ised January 28. 2013
312400-2
�n-BANKMENTS
Page 2 of 9
5) Clean-up
6) Pi•oof Rolling
7) Disposal of excess materials
8) Reworking oc replacement of undercut material
�. �,,,ti��i,�,o„r� �.., e,,....o.,oa n,,.,�.:,,,
u.
T�To ..t
1 \ TA�.,�,,..�.�,,,,«.ti �F ,. +4,;� Tro.r. �4,.,11 ho L.�. +4,0 ....4.;,. . .,..,�i : :+� F:.,.,1 .�, �:�;,..�
, � i.ivu�u. vi.cc.iic iv.�.r,
�1.. ,I.,toa , .T ti,o �,i :ro etL...a
r,. ,.l.r.,:,, o :�r;,�.T „ „�l ,. ,,a�r�,.,��
t� 1, f''+. '11 £, f 1 ,. r �...,,.*:.,,,
[i��iio cn�v'rin�cnv�v�c cvi=rscrcrccrorravi=dc�
c�—�'-l�e-Cet��•as�e�• ivfl� �e-pa���e�tl�e s�t�•�ge �f���
„i,..,i,,,oa „� +�,o ,�;f� ,.o�,.,, �.e..,.00.. .�.o *.,,,, �
a\ A.,,k;�l „r� ,�11 L,o 1. o,l �t;. .,ro,t ..1., „�:*.,
.�r� ,..,1,.,,l.,roa t.., rl,o �r.�:.,00,•
�3.�i c •
}\ TL.o , .,.•1. ..o,•f ,•.,,o.� .,.,a .,�.,+o.��.,t.. f,,,.,,:�4.a.1 : .,...7,,,.,.,, ,..;rL. *1,:.. Tr,..,,
,,,7 „�, .o.� ., .�.10,] , r,7e.. «TAo.,�,,..o,,, .,r�� . .:11 1-.e .�.,:,7 F .. .,r rl,o , ,,:f
o L.;a .. „4.;,.. .,..a ,.f«�,,,L..,,,1,.,-.o„r 4.,, e,,....o..»
E. Tt,o ,...�..o L.:,-1 ..t,.,ll 7.,,.6„70. .
1 \ T,..,.,�,..,..r:..,, ,.,• t,�„1;,,,. ,.,.,ro.•�.,I
'�\ DI.,..;.,.T .,..+:«.., .,.I F:,,:�1,:,,.. R.,,4..,,,1�.,-.o..+
�� ��
'2\ !'...,..��.�,..+;.,,� \7l.,fo.. .
�
t}�--��
�\ D...,..FA.,11:,-,..
'7\ Tl;�,..,�.,1 „f o..,.e�.. ., .,ro..7.,1�
Q\ Aa.,..,,•1.:,,.. ., ..1.,..0.,,o.,r .,�,,,,.70,....,t ,�.,.,ro..:.,1
1.3 R�FERENCES
A. Refecence Standards
1. Reference standards cited in this specification refei• to the curre�lt refei•ence standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. ASTM Standards
a: ASTM D4318-] 0, Test Procedu��e foi• Detei•mining Liquid Limit, Plastic Litnit,
and Plasticity Inde:c of Soils
b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the
Wax Method
c. ASTM D698-07e1, Standard Test Methods for Laborato�y Compaction
Characteristics of Soil Using Standard Effort
d. ASTM D 1557-09, Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort
e. ASTM D7382-08, Standard Test for Determination of Maximum Diy Unit
Weight and Water Content Range for Effective Compaction of Gi•anula�� Soils
Using a Vibrating Hammer
f. ASTM D1556-07, Standal•d Test for Density and Unit Weight of Soil In-Place
by the Sand Cone Method
C1TY OF FORT WORTH Cobb Park Tioad and Drainage Improvements
STANDARD CONSTRUC'I'ION SPFCIFICATION DOCUMENTS 02164
Revised January 28, 2013
3i zaoo-3
En4BANKMENTS
Page 3 of 9
1.4 ADMINSTRATIVE REQUIREMENTS
A. Sec�uencing
1. Sequence wo►•Ic such that calls of proctors are complete in accordance with ASTM
D698 prio�• to commencement of construction activities.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to construction
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Shop Drawings
1. Stockpiled material
a. Provide a description of the storage of the excavated material only if the
Contract Documents do not allow storage of materials in the right-of-way or the
easement
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage
1. Within Existing Rights-of-Way (ROW)
a. Soil may be stored within existing ROW, easements or tempora�y construction
easements, unless specifically disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 31 25 00.
d. When the Work is performed in active traffic areas, store materials only in
areas barricaded as provided in the traffic control plans.
e. In non-paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage within the ROW, easement
or tempora�y construction easement, then secure and maintain an adequate
storage location.
b. Provide an affidavit that rights have been secured to sto�•e the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do not block drainage ways.
l.l l FIELD CONDITIONS
A. Existing Conditions
1. Any data which has been or may be p��ovided on subsurface conditions is not
intended as a�-ept•esentation or warranty of accuracy or continuity between soils. 1t
is expressly unde�stood that neither the City nor the Engineer will be responsible
for interpretations or conclusions drawn there fi•om by the Contractor.
C1Tl' OF FORT WORTH Cobb Park Road and Drainage lmprovements
STANDARD CONS'iRUCTION SPECIFICATION DOCUM�NTS 0216�1
Rcvised Januaiy 28, 2013
a
3i zaoo-a
EIv(BANKM6NTS
Page 4 of 9
2. Data is made available for the convenience of the Contractor.
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED [NOT USED]
2.2 PRODUCT TYPES AND MATERIALS
A. Matej•ials
1. Acceptable Fill Mater•ial
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
ASTM D2487
b. Fi•ee fi•om deleterious materials, boulders over 6 inches in size and oi•ganics
c. Can be placed free fi•om voids
d. Must have 20 percent passing the number 200 sieve
2. Blended Fill Material
a. In-situ soils classified as GW, GP, GM, SW, SP, oi• SM in accordance with
ASTM D2487
b. Blended with in-situ or imported acceptable bacicfill material to meet the
rec�uirements of an Acceptable Backfill Material
c. Free fi�om deleterious mate�•ials, boulde�s over 6 inches in size and oi•ganics
d. Must have 20 percent passing the number 200 sieve
3. Unacceptable Fill Material
a. In-situ soils classified as ML, MH, PT, OL ot• OH in accordance with ASTM
D2487
4. Select Fill
a. Classified as SC oi• CL in accordance with ASTM D2487
b. Lic�uid limit less than 35
c. Plasticity index between 8 and 20
2.3 ASSEMBLY OR FABRICATION TOLERANCES �NOT USED]
2.4 ACCESSORIES [NOT USED]
2.5 SOURCE QUALITY CONTROL [NOT USED�
PART 3 - EXECUTION
3.1 INSTALLERS (NOT USED]
3.2 EXAMTNATION (NOT USED]
3.3 PREPARATION
A. Protection of In-Place Conditions
1. Pavement
a. Conduct activities in such a way that does not damage existing pavement that is
designated to remain.
Ct"I'Y OP FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02164
Revised January 28, 2013
3i zaoo-s
EMBANKMENTS
Page � of 9
Repair or replace any pavement damaged due to the negligence of the
contractor outside the limits designated for pavement removal at no additional
cost
2. T�-ees
a. When operating outside of existing ROW, stake permanent and temporary
construction easements.
b. Restrict all construction activities to the designated easements and ROW.
c. Flag and protect all t�•ees designated to remain in accordance with Section 31 10
00.
d. Conduct embankments in a manne�• such that there is no damage to the tree
canopy.
e. Prune or trim tree limbs as specifically allowed by the Drawings or as
specifically allowed by the City.
1) Pruning or trimming may only be accomplished with equipment
specifically designed for tree pruning or trimming.
3. Above ground Structures
a. Protect all above ground stivctures adjacent to the construction.
4. Traffic
a. Maintain existing traffic, except as modified by the traffic control plan, and in
accordance with Section 34 71 13.
b. Do not block access to driveways or alleys for extended periods of time unless:
1) Alternative access has been provided
2) Proper notification has been provided to the property owner or resident
3) It is specifically allowed in the traffic control plan
3.4 INSTALLATION
A. Embankments General
1. Placing and Compacting Embankment Material
a. Pej•form fill oper•ation in an orderly and systematic manner using equipment in
proper sequence to meet the compaction requirements
b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least
6 inches, unless otherwise shown on the Drawings
c. Place fill on surfaces fi•ee fi•om trees, stumps, roots, vegetation, oj• other
deleterious materials
d. Bench slopes before placing material.
e. Begin filling in the lowest section or the toe of the work area
f. When fill is placed directly or upon olde�- fill, remove debris and any loose
material and proof roll existing surface.
g. After spreading the loose lifts to the ��equired thickness and adjusting its
moistu�•e content as necessary, simultaneously recompact scarified mate��ial
with the placed embankment material.
h. Roll with sufficient number passes to achieve the minimum cequired
compaction.
i. Provide water sprinkled as necessaTy to achieve requit•ed moisture levels for
specified compaction
j. Do not add additional lifts until the entire previous lift is properly compacted.
2. Sw•face Water Control
a. Grade surface horizontally but provide with sufficient longitudinal and
transverse slope to allow for runoff of stn-face water fi-om eve�y point.
CtTY OF PORT WORT}1 Cobb Park Road and Drainage Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0216�4
Revised Jaouary 28, 2013
3i zaoo-�
EMBANKMENTS
Page 6 of 9
b. Conduct fills so that no obstruction to drainage fi�om any other sections of fill is
created.
c. Install tempora►y dewatering sumps in low areas during filling where eYcess
amounts of runoff collect.
d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth aud
fi•ee fi•om hwnps and hollows that would prevent prope►• unifof•m compaction.
e. Do not place fill during or shortly after rain events which pi•event propet• woi•k
placement of the material and compaction
f. PT•ior to resuming compaction operations, remove muddy material off the
surface to expose fij•m and compacted materials
B. Embankments for Roads
1. Only Acceptable Fill Material will be allowed for roadways
2. Embankments for roadbeds shall be constructed in layers approximately parallel to
the finished grade of the street
3. Consti•uct genei•ally to conform to the ci•oss section of the subgrade section as
shown in the Drawings.
4. Establish grade and shape to the typical sections shown on the Drawings
5. Maintain finished sections of embankment to the grade and compaction
i•equirements until the project is accepted.
C. Earth Embankments
1. Eai-th embankment is mainly composed of matej•ial othei• than rock. Construct
embankments in successive layers, evenly distributing materials in lengths suited
for sprinlding and rolling.
2. Rock or Concf•ete
a. Obtain approval fi•om the City prior to incorporating rock and broken concrete
produced by the conshuction project in the lower layers of the embankment.
b. No Rodc or Concrete will be permitted in embankments in any location where
firtut•e utilities are anticipated.
c. When the size of approved f•ock or bi•oken conc�•ete exceeds the layer thickness
place the rodc and concrete outside the limits of the proposed structure or
pavement. Cut and remove all exposed reinforcing steel fi�om the brolcen
concrete.
3. Move the material dumped in piles or windi•ows by blading or by similar methods
and incorpoi•ate it into uniform layers.
4. Feathel�edge or mix abutting layers of dissimilar material for at least 100 feet to
ensui•e thei•e are no abi•upt changes in the material.
5. Break down clods or lumps of mate��ial and miY embankment until a uniform
material is attained.
D. Rock Embankments
1. Rocic embankment is mainly composed of ��ock.
2. Rocic Embankments for roadways are only allowed when specifically designated on
the Drawings.
3. Construct cocic embanlcments in successive layers foi• the full width of the roadway
cross-section with a depth of 18-inches ot• less.
C1TY OF POR"I' WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS"TI2UC7'ION SPECIFICA'CION DOCUMENTS 021G4
Revised January 28, 2013
3i zaoo-�
EIvIBANKMENTS
Page 7 of 9
4. The layer depth fo�- large ��ock sizes shall not exceed a depth of 18-inches in any
case. Fill voids created by the large stone matrix with smalle�� stones during the
placement and filling operations.
5. Enstn�e the depth of the embankment layer is greater than the maximum dimension
of any rock.
6. Do not place rock g��eater than 18-inches in its maximum dimension.
7. Construct the final layer with graded material so that the density and uniformity is
in accordance compaction requirements.
8. The upper oj• final layer of rock embankments shall contain no material larger than
4 inches in their maximum dimension.
E. Density
1. Compact each layer until the maximum diy density as determined by ASTM D698
is achieved.
a. Not Under Roadway or Structure:
1) areas to be compacted in the open, not beneath any stivcture, pavement,
flatwork, or is a minimum of 1 foot outside of the edge of any structure,
edge of pavement, or back of curb.
a) Compact each layer to a minimum of 90 percent Standard Proctor
Density.
b. Embankments under future paving:
1) Compact each layer to a minimum of 95 percent standard proctor density
with a moisture content not to exceed +4 percent or -2 percent of optimum
moisture or as indicated on the Drawings
c. Embankments under structures:
l) Compacted each layer as indicated on the Drawings
F. Maintenance of Moisture and Reworking
1. Maintain the densiTy and moistw•e content once all requirements are met.
2. For soils with a PI greater than 15, maintain the moistu��e content no lower than 4
percentage points below optimum.
3. Rework the material to obtain the specified compaction when the material loses the
required stability, density, moisture, or finish.
4. Alter the compaction methods and procedw�es on subsequent work to obtain
specified density as directed by the City.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUAILITY CONTROL
A. Field Tests and Inspections
Proctors
a. The City will perfotm Proctors in accordance with ASTM D698.
b. Test results will generally be available to within 4 calendar days and distributed
to:
1) Contractor
2) City Project Manage�•
3) City Inspector
C1TY OF FORT WOR'('H Cobb Park Road and Drainage Improvements
STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS 02164
Revised January 28. Z�13
APPENDIX
GG4.02 Substn�face and Physical Conditions (Geotechnical Enginee►•ing Study Cobb Park Drive West
Rehabilitation North of Glen Ga►•den Drive, Fort Worth, Texas)
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GR-01 60 00 Product Rec�uirements
CITY OP PORT WORTt1 Cobb Park Road and Drainage Tmprovements
S'PANDARD CONSTRUCTION SPECIPICA'TION DOCUMENTS 021 G4
Revised July l, 201 1
GC-4.02 Subsurface and Physical Conditions
(Geotechnical Engineering Study Cobb Park Drive
West Rehabilitation North of Glen Garden Drive,
Fort Worth, Texas)
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTN Cobb Park Road and Drainage Improvements
S"I'ANDARD CONSTRUCTION SPECIPICATION DOCUMEN7'S 02164
Revised J�dy 1, 201 1
GEOTECHNICAL ENGINEERING STUDY
COBB PARK DRIVE WEST REHABILITATION
NORTH �F GLEN GARDEN DRIVE
FORT WORTH, TEXAS
Presented To:
Kimley-Horn and Associates, (nc.
January 20'i4
PROJECT NO., 103-13-174
e
ENGINEERiNG, INC. 7G36 Pebble Drive
3� Fort Worth, Texas 7G118
�vww,cmjen�r.com
January 2, 2014
Repart No. 103-13-174
Kirnley-Horn and Associates, Inc
2201 West Royal Lane, Suite 275
Irving, Texas 75063
Attn: Ms. Misty Christian, P E, CFM, CSWQP
GEOTECHNICAL ENGWEERING STUDY
COBB PARK DRIVE W�ST REHABILITATiON
NORTH OF GLEN GARDEN DRIVE
FORT WORTH, TEXAS
Dear Ms. Christian:
Submitted here are the results of a geotechnical engineering study for the referenced project This
study was performed in general accordance with CMJ Proposal 13-4911 (Revision 2) dated
September 18, 2013 The geotechnical services were authorized on November 21, 2013 via
Kimley-Horn and Associates, Inc Individual Project Order (IPO} Number 061018122.
Engineering analyses and recommendations are contained in the text section of the report.
Results of our field and laboratory services are included in the appendix of the report. We would
appreciate the opportunity to be considered for, providing the materials engineering and
geotechnical abservation services during the construction phase of this project
We appreciate the opportunity to be af service to Kimley-Horn and Associates, Inc Please contact
us if you have any questions or if we may be of further service at this time
Respectful{y subrnitted, �~ � oF T�°�
~ � ' � .�4` 1
CMj ENGTNEERING, INC. ,: g'�P'' � ''�, s �
TLXASFIRM REGISIRATION NO F- � 7 ��.;' •, k r�
�*: , .y*�
��. � ...................�......,. J
„ � JAMES P. SAPPINGTON, IV �
^ c-�� . r\ r ,.4.......97402 ..... �:� �
Jame P Sapping on IV P E +ti�^;���=NSE�'�.���a
Proje Engineer 4��o;�a'-� N;;���
Texas No 97402
copies submitted: (2) Ms Misty Christian, P E; Kimley-Horn and Associates, Inc (mail and email)
Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) �89-9992
TABLE OF CONTENTS
Pa4e
1.0 INTRODUCTION---------------------------------------------------------------------------------------------------1
1 1 General --------------------------------------------------------------------___-----------------------------------1
1.2 Purpose and Scope-------------------------------------------------------------------------------------------1
1 3 Report Format------------------------------------------------------------------------------------------1 �
2.0 F1E�D EXPLORAT(ONAND LABORATORYTESTWG--------------------------------------------------2
2.1 Field Exploration----------------------------------------------------------------------------------------------2
2.2 Laboratory7esting-------------------------------_---------------------------------------------------------2
3.Q SUBSURFACE CONDITIONS------------------------------------------------------------------------------------3
3 1 Soil Conditions------------------------------------------------------------------------------------------------3
3,2 Ground-Water Observations ---------------------------------------------------------------------------3
4 0 PAVEMENTS -------------------------------------------------------------------------------------------------_—_ 4
4 1 General Pavement Considerations --------------------------------------------------------------------� 4
4 2 Existing Pavement - Visual Observation Comments ----------------------------------------------- 4
4.3 Pavement Improvement Recommendations ---------------------------------------------------------- 4
4 4 Pavement Subgrade Preparation Using Lime Treatment (Total Pavement Replacement) ---- 5
4 5 Pulva-Mixed Pavement Preparation Using Portland Cement (Full-Depth Reclamation} ------- 6
4.6 Pavement Secfions ------------------------------------------------------------------------------------- 8 '
4.7 Pavement Material Requirements--------------------------------------------------------------�-�-----9 !
4 8 General Pavement Construction and Considerations-------------_________________________________ � 0 ;
5.0 EARTHWORK-------------------------------------------------------------------------------------------------'f0 ,
5.'f Site Preparation ----------------------------------------------------------------------___------------------ 10
5 2 Placement and Compaction ----------------�-----------------------------------------------___------------ 11
5 3 Trench Backfili ------------------------------------------------------------------------------------------- 12
5 4 Excavation ----------------------------------------------------------------------------------------___--------- 12
5.5 Acceptance of Imported Fill----------------_------------------------------------------------------------ 12
5.6 Soii Corrosion Potential-------------------------------------------------------------------------------------- 13
5 7 Erosion and Sediment Control ------------------------------------------------------------------------- 13
6.0 CONS7RUCTION OBSERVATIONS ----------------------------------------------------------------------- 13
7 0 REPORT CLOSURE------------------------------------------------------------------------------------------- 14
APPENDIX A
Plate
Plan of Borings ------------------- ----------------------------------------------------------------------A 1
--------------------
Unified Soil Classification System ---------------------------------------------------------------------•-----�'----"A.2
Key to Classification and Symbois-------------------------------------------------------------------------------------A.3
Logsof Borings-------------------------------------------------------------------------------------------------------A.4 — A5
Report No. 103-13-174 CMJ ENGINFERING, INC
1.0 WT'RODUCTION
1.1 General
The project, as currently planned, consists of refurbishing approximately 2,500 linear feet of Cobb
Park Drive West in Fort Worth, Texas. The option to mil) and overlay the existing asphalt paving is
the preferred rehabilitation method where possibie. Fu(I-depth repair will occur where an overlay is
not possible. The option of utilizing the existing asphalt pavement for a full-depth reclaimed (FDR)
asphalt base overlain by an asphalt surface course is also being considered Plate A.1, Plan of
Borings, depict the locations of the exploration borings.
1�2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurFace materials encountered,
develop recommendations for the type or types of roadway subgrade preparation for the project,
and provide pavement design guidelines.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurFace materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction.
The preliminary design is currently in progress and the locations and/or elevations of the road
could change, Once the final design is near completion (80-percent to 90-percent stage), it is
recommended that CMJ Engineering, Inc. be retained to review those po�tions of the construction
documents pertaining to the geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended
1�3 Report Format
The text of the report is contained in Sections 1 through 7 All plates and large tables are
contained in Appendix A The alpha-numeric plate and table numbers identify the appendix in
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur
Report No.103-13-174 CMJ ENGINEER►NG,INC.
1
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot ({csf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
2„0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project sife were explored by two (2) vertical soil borings. Borings B-1
and B-2 were drilled to a depth of 8 feet using continuous flight augers at the approximate locations
shown on the Plan of Borings, Plate A..1, The boring logs are included on Plates A,4 and A.5 and
keys to classifications and symbols used on the logs are provided on Plates A.2 and A,3,
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
{Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball va(ve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0,25 inch. The results of fhese tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Ground-water observations during and after completion of the borings are shown on the upper right
of the boring log, Upon completion of the borings, the bore holes were backfilled with soil cuttings
and capped with an asphalt plug.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits and plastic limits}, moisture content,
unconfined compressive strength, and unit weighf tests were performed. Results of the laboratory
Report No 103-13-174 CMJ ENGINEERING, INC.
2
construction In addition, due to the relative(y thin existing pavement thicknesses witnin the
Primrose subdivision, a 4-inch thick crushed stone flexible base topdressing should be placed atop
the exis�ing pavement and pufa-mixed with the underlying asphalt and gravel base materials in this
area.
Construction of cement treated and pulva-mix asphalt/subgrade material should follow Item 275 of
Texas Department of Transpo�tation (7xDOT) Standard Specifications for Construction of
Highways, Streets, and Bridges, 2004 Edition or equivalent. It is recommended 4 percent Portland
cement be used to treat the pulva-mix asphalt/base material, The estimated amount of cement
required to stabilize the subgrade should be on the order of 22 pounds per square yard for a 6-inch
depth, based on an estimated dry unit weight of 120 pcf for the pulva-mixture. The cement should
be thoroughly mixed and blended with the upper 6 inches of the pulva-mixed subgrade (TxDOT
(tems 275). The Portland cement should meet the requirements of ltem 275 in the Texas
Depa�tment of Transportation (TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges, 2004 Edition.
Before processing begins, the area to be processed should be graded and shaped to lines and
grades as shown on the plans. During this process, any unsuitable soil or material shall be
removed and replaced with acceptable material. Any manholes, valve covers, or other buried
structures should be protected from damage prior to processing. 7he subgrade should be firm and
able to support, without yielding or subsequent settlement, the construction equipment and the
compaction of the FDR material. Soft or yielding subgrade should be corrected and made stable
before construction proceeds..
The processed materials should be uniformly compacted to a minimum of 98 percent of ASTM
Standard Test Method for Moisture-Density Relations of Soil-Cement Mixtures (ASTM D 558), near
minus 3 ta plus 1 percentage points of the optimum moisture content determined by that test. The
operation of cement application, mixing, spreading, compacting, and finishing shalf be cantinuous
and completed within 2 hours from the start of mixing. Any processed material that has not been
compacted and finished shall not be left undisturbed for longer than 30 minutes. Smaller sections
should be completed at one time, rather than overly long sections.
After completion of final finishing, the surface should be cured by application of a bituminous or
other approved sealing membrane, or by being kept continuously moist for a period of 7 days with
Report No 103-13-174 CMJ ENGINEEitING, INC.
7
a water spray that will not erode the surface of the FDR base. If curing material is used, it should
be applied as soon as possible, but not later than 24 hours after completing finishing operations.
The surface should be kept continuously moist prior to application of curing material.
The Texas Transportation Institute has performed studies to reduce "block cracks" common to
cement-treated base materials. Microcracking is the application of several vibratory roller passes
to a cement-treated base after a short curing stage, typically after one to three days, to create a
fine network of cracks. Microcracking is one technique to heip reduce the risk of shrinkage cracks
forming in the cement-treated base and thereby reducing the risk of reflective cracking upward
through the asphalt surface, The goal of microcracking is to form a network of fine cracks and
prevent the wider, more severe cracks from forming. Proper moisture control during cement
placement/mixing and curing are also key factors to reducing shrinkage cracking.
j In addition, the Texas Transportation (nstitute has conducted studies with placement of a single
layer of geogrid reinforcement also to prevent reflective cracking with good results.. Incorporation
� of a geogrid crack relief layer (Tensar TriAx Tx140 or equivalent) above the FDR section and below
the new pavement section is recommended.
Completed portions of FDR base can be opened immediately to low-speed local traffic and to
construction equipment, provided the curing material or moist curing operations are not impaired,
and provided the FDR base is sufficiently stable to withstand marring or permanent deformation.
The section can be opened up to all traffic after the FDR base has received a curing compound or
subsequent surface and is sufficiently stable to withstand marring or permanent deformation. If
continuous moist curing is employed in lieu of a euring compound or subsequent surfacing within 7
days, the FDR base can be opened to all traffic after the 7-day moist curing period, provided the
FDR base has hardened sufficiently to prevent marring or permanent deformation. ,
Subsequent pavement layers can be placed any time after finishing, as long as the FDR is
sufficiently stable to support the required construction equipment without marring or permanent
distortion of the surface,
�.6 Pavement Sections
At the time of this investigation, vehicle traffic studies were not available. Therefore, several
flexible pavement sections are presented for a 20-year design life based on our experience with
Report No. 103-13-174 CMJ ENGINEExING, INC
8
5�2 F'lacement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness shauld be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors The fill material should be
uniform with respect to material type and moistur� cont�nt Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a
mat�rial of uniform moisture and density is obtained for each lift. Water required for sprinkling ta
bring the fill material to the proper moisture content should be applied evenly through each layer.
The on-site soils are suitable for use in site grading.. Imported fill material should be clean sail with
a Liquid Limit less than 40 and no rock greater than 4 inches in maximum dimension. The fill
materials should be free of vegetation and debris.
The fill material should be compacted to a minimum of 95 percent of the maximum dry density
determined by the Standard Proctor test, ASTM D 698, In conjunction with the compacting
operation, th� fill material should be brought to the proper moisture content. The maisture cont�nt
for general �arth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5}., These ranges of moisture contents are given as maximum
recommended ranges, For some soils and und�r some conditions, the contractor may have ta
maintain a more narrow rang� of moisture content (within the recomm�nded range) in order to
consistent(y achieve the recommended density,
Field density tests should be taken as each lift of fill material is placed, As a guide, one field
density test per lift for �ach 5,000 square feet of compacted ar�a is recommended, For small
areas or critical areas the frequency of testing may need to be increased to one test per 2,500
square feet. A minimum of 2 tests per lift should be required.. The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of
the field density tests is ta provide some indication that uniform and adequate compaction is being
obtained. The actual quality of the fill, as compacted, should b� the respansibility of the contractor
and satisfactory results from the tests should not be consider�d as a guarantee of the quality of the
contractor's filling operations,
Report No. 103-13-174 CMJ ENGINEERING, INC.
11
5.3 Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted, Overly
dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet
backfill can settle and form a depression along the completed trench line. Distress to overlying
structures, pavements, etc. is likely if heaving or settlement occurs.. On-site soil fill material is
recomrnended for trench backfill. Care should be taken not to use free draining granufar material,
to prevent the backfilied trench from becoming a french drain and piping surface or subsurface
water beneath structures, pipelines, or pavements. If a higher class bedding material is required
for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not
require compaction after placement. The soil backfill should be placed in approximately 4- to 6-
inch loose lifts, The density and moisture content should be as recommended for fill in Section 5.2,
Placement and Compaction, of this report.. A minimum of one field densiry test should be taken per
lift for each 150 linear feet of trench, with a minimum of 2 tests per lift.
5.4 Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction, Existing structures, pipelines or other facilities, which
are constructed prior to or during the currently proposed construction and which require
excavation, should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report, The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
5.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the project geotechnical engineer prior to the
materials being used The owner should also require the contractor to obtain a written, notarized
certification from the landowner of each proposed off-site soil borrow source stating that to the best
Report No. 103-13-114 CMj ENGINGGRING, INC.
12
of the landowner's knowledge and belief there has never been cantamination of the borrow source
site with hazardous or toxic materials. The ceriification should be furnished to the owner prior to
proceeding to furnish soils to the site. Soil materials derived from the excavation of underground
petroleum storage tanks should not be used as fill on this project.
5.6 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study, However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and sirnilar facilities in contact with these
soils should be used.
5.7 Erosion and Sediment Gontr�ol
All disturbed areas should be protected from erosion and sedimentation during construction, and
al! permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
6a0 CONSTRUCTlON OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of �
information about the subsurface conditions� In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings,
However, quite often during construction anomalies in the subsurface conditions are revealed.
Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and
foundation installation and perForm materials evaluation during the construction phase of the
project. This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary, to recommend alternative solutions to unanticipated conditions, Until these
construction phase services are perfarmed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing elevations,
proper soil moisture condition, and other such subsurface related recommendations should be
considered as preliminary.
Report No. 103-13-174 CMf ENGINEERING, INC
13
!t is proposed that construction phase observation and materials testing commence by the project ,
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnicai engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer. .
7.0 REPORT CLOSURE
The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of
the borings should be considered accurate only to the degree implied by the methods used in their
determination. The boring fogs shown in this report contain information related to the types of soil
encountered at specific locations and times and show lines delineating the interface between these
materials. The logs also contain our field representative's interpretation of conditions that are
believed to exist in those depth intervals between the actual sampfes taken. Therefore, these
boring logs contain both factual and interpretive information. Laboratory soil classification tests
were also performed on samples from selected depths in the borings.. The results of these tests,
along with visual-manual procedures were used to generally classify each stratum, Therefore, it
should be understood that the classification data on the logs of borings represent visual estimates
of classifications for those po�tions of each stratum on which the fufl range of laboratory soil
classification tests were not performed. It is not implied that these logs are representative of
subsurface conditions at other locations and times.
With regard to ground-water conditions, this report presents data on ground-water levefs as they
were observed during the course of the field work. In particular, water leve) readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be noted that fluctuations in the fevel of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations, or on methods of dewatering
excavations. Unanticipated soil conditions at a construetion site are commonly encountered and
cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected
conditions frequently require that additional expenditures be made by the o�vner to attain a properly
designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cost.
Report No 103-13-174 CMj ENGINEERING.INC.
14
ihe analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, differenf subsur�ace conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary, If there is a substanfial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report., ln addition, we are available to observe construction, particularly the
compaction of structural fill, or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary,
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground
water or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept, Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be faken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
Report No. 103-13-174
CMJ ENGINE�RING.INC.
15
This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc, for
specific application to design of this project. The only warranty made by us in connection with the
services provided is that we have used that degree of care and skiil ordinarily exercised under
similar conditions by reputable members of our profession practicing in the same or similar (ocality.
No other warranty, expressed or impiied, is made or intended.
* � * *
Report No 103-13-974
CMJ ENGINF.ERING,ItVC
16
PLAN OF BORINGS
COBB PARK DRIVE WEST REHABILITATION
FORT WORTH, TEXAS
CMJENGEERING. INC.
CMJ PROJECT No. 103-13-174
Major Divisions
a)
rn " a)
co a) c
> 9—
a 3 o
0 )
CO C
N c ',;--3U N 0 a)
a) y
NI 4- O C.i v
(7)(I)0 >
> > (l3 u)
N � 0 d'
"
O o d
z
N R c
o t ro
z =
a)
c
c w
" • L
a)
0rn 2
c all
P °) To
CO its
O c a
0 a-
c
O a)
O • - ) Lit
iiV
ro 4...>
-C N O (1)
C ro 0 " 2
CO 0 • d'
0
•
O oz
E
.0 • _C
c
a)
22
0
2
Gravels with fines
"
a
C
co
"
c
d
0
Sands with fines
0
to
c
" 0
(0 w
U 2
-0 a)
m
E
ink
0 a•
J
0
N
c
(i=
0
c
Lo
a)
Grp
Sym.
Typical Names
Well -graded gravels, gravel-
GW sand mixtures, little or no
fines N
N
m
m
(O
0
Poorly graded gravels gravel
GP sand mixtures, little or no
fines
GM
GC
Silty gravels, gravel -sand -silt
ai "
>;
0°'
N O
"
c d
z
mixtures
Clayey gravels, gravel -sand -
clay mixtures
SW Well -graded sands, gravelly
sands, little or no fines
Poorly graded sands;
SP gravelly sands, little or no
fines
0
0 SM
E
0
a)
ro
U
n SC
a
0
LC
a) a'0
"
O
in
a)
C
9-
ML
CL
OL
Silty sands, sand -silt mixtures
Clayey sands sand -clay
mixtures
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands or clayey
silts with slight plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty clays,
and lean clays
me
E5
oa)
(73
Ta
N
0) _
0
-o
c
co
-0 0)
ca)
ro c
FC
50
Organic silts and organic silty 40
clays of low plasticity
4 30
Inorganic silts, micaceous or
MH diatomaceous fine sandy or a
silty soils elastic silts
20
CH
Inorganic clays of high
plasticity, fat clays
OH Organic clays of medium to
high plasticity organic silts
Pt Peat and other highly organic
soils
UNIFIED SOIL CLASSIFICATION SYSTEM
Laboratory Classification Criteria
Do (D3o)2
Cu- greater than 4 Cc=
Dco Da, x D6D
between 1 and 3
Not meeting all gradation requirements for GW
Liquid and Plastic limits
below "A" line or P.I
greater than 4
Liquid and Plastic limits
above "A" line with P I
greater than 7
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
p60 (D3o)2
C„= greater than 6: Cc= ---- -----_ between 1 and 3
Dca Du) x Do
Not meeting all gradation requirements for SW
Liquid and Plastic limits
below "A" line or P I less
than 4
Liquid and Plastic limits
above "A" line with P I
greater than 7
CL
10
74 \triq \
0
0 10 20 30 40
MLaIdOL
50 60
Liquid Limit
Plasticity Chart
Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
CH
70 80 90 100
PLATE A.2
SOIL OR RQCK TYPES
� .�.
� ,v, GRAVEL I.EAN CLAY �IMESTONE
� �
. � �• . • —
• � • SAND � ' � SANDY — SHALE
. � .� .
SILT SILTY . SANDSTONE
CLAYEY HIGHLY -�ONGLOMERATE Sheiby Auger Spiit Rock Cone No
PLASTIC CLAY Tube Spoon Core Pen Recovery
TERMS DESCRIBING CONStSTENCY, CONDITION, AND STRUCTURE OF SO1L
Fine Grained Soils �rno�e tna� so�ra Passing No 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf}
Soft 0 � to 1.0
Firm 1 0 to 1 5
Stiff 1 5 to 3 0
Very Stiff 3 0 to 4 5
Hard 4 5+
COaiSB Gfa1t18CI SOIIS (More than 50% Retained on No 200 Sieve)
Penetration Resistance Descr•iptive Item Relative Density
(blowslfoot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine send or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
i'ERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials. and iron oxide are common cementing materials
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Compiete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
!"'`T.TT r.r!-.��rr.nrw.r�.w�r
/^+w ,fT ...................� ....-
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Cobb Park Road and Drainage Improvements
STANDARD CONS"T'RUCTION SPECIPICATION DOCUMENTS 021G4
'' Revised July I, 201 I
FORT WURTH
����',�r��' �� City of Fort Worth
IVlinority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be
applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not
applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
MBE PROJECT GOALS
The City's MBE goal on this project is � 2
% Of the total bid (Base bid applies to Parks and Community Services).
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must
submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department within the following times allocated in order
for the entire bid to be considered resqonsive to the specifications Th�sQf#er.ctC-siaalltde ��er�fhG�1111B�clpcurt�snfat�on�ii�
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESU�T IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 212-2674.
Rev. 5/30/ 12
ATTACHMENT1A
�7-'�i-1�j f' �'(; 0� I Pagelof4
FORT WORTH
—.�„
City of Fort Worth
MBE Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
JLB Contracting, LLC M/W/DBE X NON-M/W/DBE
PROJECT NAME:
BID DATE
Cobb Park Paving & Drainage 7124/2014
City's MBE Project Goal: Prime's MBE Project Utilization: PROJECT NUMBER
02164
12% 12.30%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant Dallas, Denton Johnson, Parker, and Wise counties.
Identify each Tier level. Tier is the level of subcontracting below the
" payment from the prime contractor to a subcontractor is considered 1St tier,
�' its supplier is considered 2"d tier
prime contractor, i.e., a direct
a payment by a subcontractor to
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be bonafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates
at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from
another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks
from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned
bv the MBE as outlined in the lease agreement.
Rev. 5/30/12
;'I-:>�-1�'; f'' 2:;'7 {)U7
FOR'�`�OR'CH ATTACHMENT 1A
�,, ��� � Page 2 of 4
Primes are required to identify AL� subcontractors/suppliers, regardiess of status; i.e., Minority and non-M/WBEs.
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a
copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for
verification. Please note that oni certified MBEs will be counted to meet an MBE oal.
Certification N Detaii Detaii
(check one) ° Subcontracting Work Supplies Purchased Dollar Amount
SUBCONTRACTOR/SUPPLIER T n
Company Name i M
Address e M W S W
Telephone/Fax � B B B B
E E E E
Atco Construction, Inc, 1 X Haul HMAC to $8,334
119 Conona Ct project and
Fort Worth, TX 76108 debris away from
817-448-8007 project
817-448-8256
Green Scaping 1 X Landscaping, & $26,822
2401 Handley Ederville Fence Sub
Fort Worth, Texas 76118
817-577-9299
817-577-9331
JD's Trucking, LLC 1 X Haul raw $12,062
5001 Brentwood Stair material to plant
Fort Worth, 76112 site
817-446-2060
817-446-1811
Argos Ready Mix 1 X Concrete $15,114
8500 Freeport Pkwy N. supplier
Irving, Texas 75063
Tel: (972) 621-0999
Fax: (214) 277-7977
TXI 1 X Raw Aggregate $6,135
1341 West Mockingbird Supplier
Lane
Dallas, TX 75247-6913
ME Burns Construction 1 X Storm Drain Sub $15,625
PO Box 783
Burleson, Texas 76097
(817) 447-0292
(817) 447-0207
Rev. 5/30/12
U'I - S 1- 1�i N;'�� 2: 2 � 0 i, �i� ATTACHMENT 1A
FORT WORTH Page 3 of 4
�J
rr
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-M/WBEs.
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a
copy of the firm's SBE certification if they have not previously registered with the City's M/WBE O�ce, which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Certification N Detail Detail
(check one) o Subcontracting Work Supplies Purchased Dollar Amount
SUBCONTRACTOR/SUPPLIER T n
Company Name i
Address e M W S M
Telephone/Fax r B B B W
E E E B
E
US Lime 1 X Lime Supplier $13,020
P.O. Box 851
Cleburne, Texas 76033
817-641-4433
817-556-0905
Crossroads LP 1 X Pavement $7,267
5012 David Strickland Marking &
Fort Worth, Texas 76119 Signage Sub
817-634-0044
817-634-0048
Southern Asphalt 1 X Liquid Asphalt $36,424
3632 Lawnwood Street Supplier
Fort Worth, TX 76111
NAE Excavation 1 X Excavation Sub $81,043
10608 Elmhurst Ln
Fort Worth, Texas 76244
817-229-5828
' ��
�' � � Fc�xr�4�«xt�E{
�—
Rev. 5/30/12
U�l - S 1- I �� I' �� 2: �' i,� ��;' i� ATTACHMENT 1A
Page 4 of 4
I 1 �
FORT WOR'I'H
�
Total Dollar Amount af MBE Subcontractors/Suppliers $47,218
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $174,628
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $221,846
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o
Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in
debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed
explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail
explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)
and any special arrangements submitted with MBEs. The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the transmission
of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating
on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized
officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror
and debarment from participating in City work for a period of time not less than one (1) year.
��� .�
Aut rized Signature
SrVice President
Title
JLB Contracting, LLC
Company Name
PO Box 24131
Address
Fort Worth, Texas 76124
City/State/Zip
James G Humphrey
Printed Signature
Contact NamelTitle (if different)
817-261-2991 817-261-3044
Telephone andlor Fax
E-mail Address
July 29, 2014
Date
Rev. 5/30/12
FO,R�T WORTH
City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 16
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: M/W/DBE NON-M//WDBE
Cobb Park Road and Drainage Improvements BID DATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
12 a�a o�a 02164
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work perFormed by all subcontractors, including MBE(s) on this contract, the payment therefore
and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees
to allow an audit and/or examination of any books, records and files held by their company that will substantiate
the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract
may result in a determination of an irresponsible offeror and barred from participating in City work for a period of
time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name (if different)
Phone Number Fax Number
Email Address
Date
Rev. 5/30/12
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �th answers are yes.
Joint Venture
Page 1 of 3
FORT WORTH
CITY OF FORT WORTH
MBE Joint Venture Eli�ibility Form
All qnes�ia�s nrrist he n�:srvered; t�se "N/A" rf nor npplicnble.
Name of City project: Cobb Park Road and Drainage Improvements
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number:
l. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the finns that comprise the joint venture:
P/ease attach extra sheets if additiona/ space is required to provide detailed explanations of work to be performed by each firm comprising the
'oint venture
MBE firm Non-MBE firm
name• name:
Business Address: Business Address:
City, State, Zip: City, State, Zip:
Telephone Facsimile Eanail Telephone Facsimile
Cellular Cellular
Certification Status: Eanail address
Name of Certifying Agency: ' -w � "�` ������-� �' ��,�
� . � � � �;�` � �,�-
�, � � ` -` £.��'"� �r "'-`� �4 � .
`� � � ,�'s �' -�w �" ` ��'�``� �x�.��'��,'�
2. Sco e of work erformed b the Joint Venture:
Describe the sco e of work of the MBE: Describe the sco e of work of the non-MBE:
Rev. 5/30/12
Joint Venture
Page 2 of 3
3. What is the percentage of MBE participation on this joint venture that you �vish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do i7ot complete if lhis infor•mntio�r is described in joint i�enito•e agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision maldng of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
b. Marketing and Sales
c. Hiring and Firing of inanagement
personnel
d. Purchasing of major e�uipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approvai of the MBE percentage. applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE O�ce immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City's BDE Ordinance.
Rev. 5/30/12
Joint Venture
Page 3 of 3
AFI�'IDAVIT
The undersigned affinns that the foregoing statements are true and correct and include all inaterial infonnation
necessary to identify and explain the tei-�ns and operation of the joint venture. Furthennore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional infonnation deemed necessary to deterinine if the joint
venture is eligible. Failure to cooperate and/or provide requested inforination within the time specified is grounds
for tennination of the eligibility process.
The undersigned agree to pennit audits, interviews with owners and exainination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.__________
-------------------------- - ----------------------------------------------------------------------------------------------------------
Name of MBE firm Name of non-MBE finn
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Otvner Printed Name of Owner
Signature o£ Owner Signature of Owner
Title Tide
Date Date
Notarization
State of
On this
day of
County of
20 , before me appeared
and
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
Signature
Commission Expires _
(senl)
Rev. 5/30/12
ATTACHMENT 1C
Page 1 of 3
FCJRT WORTH
�..•---- City of Fort Worth
MBE Good Faith Effort Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: M/W/DBE NON-M//WDBE
Cobb Park Road and Drainage Improvements BID DATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
12 o�a o�a 02164
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must compiete this
form.
If the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith efforY', the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, ;and it being submitted to and
received by the Managing Department on or before S:OA p.m. five (5) Gity business days after bid',opening,
exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF
FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheefs, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 5/30/12
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors
and/or suppiiers from the City's M/WBE Otfice or the City's website.
Yes Date of Listing
No
3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
�No
4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
_aYes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.)
�_N o
5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
�_Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverabte, then that "undeliverable confirmation" received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confrmation"
documentation may render the GFE non-responsive.)
_Q No
6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened?
�_Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as
undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper
documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the
GFE non- responsive.)
�_N o
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method ,
must be applied to the applicable contract. The Offeror must document thaf either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one'of
the four methods in order to be deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier
opportunity to be in compliance with questions 3 through 6.
7.) Did you provide plans and specifications to potential MBEs?
_aYes
_QN o
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
�Yes
_QN o
Rev. 5/30/12
ATTACHMENT 1C
Page 3 of 3
9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
YeS (if yes, attach all copies of quotations.)
�_N o
10. Was the contact information on any of the listings not valid?
YeS (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections
needed.)
�_N o
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any
relevant documentation by City personnel.
P/ease use additional sheets, if necessa , and aftach.
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
Rev. 5/30/12
ATTACHMENT 1C
Page 4 of 3
contract and may result in a determination of an irresponsible offeror and debarment
from participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be
contacted and the reasons for not using them will be verified by the City's M/WBE
Office.
Authorized Signature Printed Signature
Title
Company Name
Address
City/State/Zip
Contact Name and Title (if different)
Phone Number Fax Number
Email Address
Date
Rev. 5/30/12
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CTTY OT� FOR"I' WORTFI Cobb Park Road and Drainage Improvements
S"1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 021 b4
Revised July I, 201 1
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or (ess
Excavator Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drili Operator, Crawler Mounted
Foundation Orill 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
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
SpreaderBox Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11J4
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10.72
12.32
15.18
17.68
14.32
17.19
16.02
12.25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
2013 PREVAILING WAGE RATES
(Commercial Construction Projects)
CLASSIFICATION DESCRIPTION
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Installer
Acoustica) Ceiling Installer Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason Trainee
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Concrete Cutter/Sawer Helper
Concrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Concrete Form Builder Helper
Drywall Mechanic
Drywall Helper
Drywal) Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Apprentice (Helper)
Electronic Technician
Floor Layer
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Metal Building Assembler
Metal Building Assembler Helper
Metal Installer (Miscellaneous)
Metal Installer Helper (Miscellaneous)
Metal Stud Framer
Metal Stud Framer Helper
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
Plumber
Plumber Helper
Reinforcing Steel Setter
Page 1 of 2
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16.83
12.70
19.45
13.31
10.91
17.75
14.32
17.00
11.00
15.77
11.00
15.27
11.00
15.36
12.54
15.00
11.50
19.63
15.64
20.00
18.00
10.00
21.03
12.81
16.59
11.21
10.89
14.15
12.99
16.00
12.00
13.00
11.00
16.12
12.54
16.44
9.98
21.22
15.39
16.17
12.85
21.98
15.85
12.87
Reinforcing Steel Setter Helper
Roofer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
Sprinkler System Installer
Sprinkler System Installer Helper
Steel Worker Structural
Steel Worker Structural Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel
Forklift
Foundation Drill Operator
Front End Loader
Truck Driver
Welder
Welder Helper
S
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
11.08
16.90
11.15
16.35
13.11
19.17
14.15
17.00
13.74
15.00
18.50
19.31
16.45
22.50
16.97
16.77
19.96
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group, The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
GR-Ol 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Cobb Park Road and Drainage Improvemenls
STANDARD CONS7'RIJCTION SPECIFICA'T'ION DOCUMENTS 02164
Revised.luly 1, 2011
CITY
OF
FORT WORTH WATER DEPARTMENTS UPOATED: 2-29-2012
STANDARD PRODUCTS LIST
P�epared 2/29/2012 Page t
CITY
OF
FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012
STANDARD PRODUCTS LIST
Prepared 2129/2012 Page 2
ciry
OF
FORT WORTH WATER DEPARTMENTS UPDATED: 2-29 2012
STANDARD PRODUCTS LIST
Prepared 2/29/2072 Page 3
ciTv
OF
FORT WORTH WATER DEPARTMENTS UP�ATED:2-29-2072
STANDARD PRODUCTS LIST
Prepared 2/29I2072 Page 4