HomeMy WebLinkAbout046254 - Construction-Related - Contract - Ark Contracting Services, LLC (3)C1TY �E�62�T�'� �
CONTRA� �' � � I
F�RT �V�RTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER AND SANITARY SEWER REPLACEMEN�'
CONTRACT 2014, WSM-D, PART 1
City Project No. 02385
DOE No. 7311
Water Project No. P253-605170238583
Sewer Project No. P258-705170238583
Betsy Price
Mayor
�' �EGp�i�
�����1�►�-
��.�� �����Y �
� ��',, 3�����_,'..�-
David Cooke
City Manager
Andrew T. Cronberg, P.E.
Interim Director, Water Department
Prepared for
The City of Fort Worth
Water Department
2014
� ,,
1 ., • I
TX REG F.NGINEERING FIRM F-8794
RECEIVE� ��(a � 6 p�t
�n[�,f��
� � � �
�
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
000000-�
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMEN'I'S
Page I of5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 13 Invitation 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 Nonresident Bidder
00 45 11 Bidders Prequalifications
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 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division Ol - General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
O1 32 16 Construction Progress Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
Ol 55 26 Street Use Permit and Modifications to Traffc Control
O1 57 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Signage
O1 60 00 Product Requirements
Ol 66 00 Product Storage and Handling Requirements
Ol 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
Ol 74 23 Cleaning
Ol 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
CI'I'Y OF FORT WORTH Water a�rd Su�:ita�y Setiver Replacenterr� Conn•act 2014, WSdI D
STANDARD CONS"I'RUCTION SPEC(F[CATION DOCUMENTS Ciry Pi•ojec� No. 02385
Revised November 22, 2013
00 00 00 - z
STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
99 99 00 Temporary Asphalt Sidewalks, Driveways and Barrier Free Ramps
99 99 O1 Temporary Asphalt Curb and Gutter
Technical Specifications listed betow are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
htps://proj ectpoint.buzzsaw.com/client/fortworth�ov/Resources/02%20-
%20Construction%20Documents/Specifications
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
a��e� �,..,,..,.t�oa r,,,,, c,..o�,.+�, r,r.,�o,.:,,i i�T crn�
V✓ JT [ J
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
� �,�rr�rn�z� � .
� �� '-
_� � �--
� . .
� , ■ .
Division 31- Earthwork
31 10 00 Site Clearing
2:��_1� r r,,,.t.,��:�oa c.,,..,.,,,*:,,�
�'�z�-��
���24 nn �.,.�..,�i.,,,,,.,.�
31 25 00 Erosion and Sediment Control
Division 32 - Exterior Improvements
32 Ol 17 Permanent Asphalt Paving Repair
32 01 18 Temporary Asphalt Paving Repair
32 O1 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 I 1 33 Cement Treated Base Courses
32 12 16 Asphalt Paving
���-1-2—�z3 n �„ti.,i+ o.,.,;.,,� �..,,,.i. c�„i„�+�
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
CITY OF FOR'I' WORTH Gt'ater aird Sanita�y Server• Replaceu�ent Conh•act 20/4, WSNI-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec! No. 02385
Revised November 22, 2013
000000-3
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Page 3 of 5
�-Ct'� 1—c-v—vi-i••1,�n iaTicit� c�—�a-d-i�cig
3r2-�� r,..,,.,.o*o �,,,.�. .,.,a n„�*o,.� „�a v„no., �„*�o..�
�-2�-�7-�3 �,.«t, n aa«o�� n,,;.,.;,,,.
�� � � i � r�ti,,;,, �o,,,.o� ,..,,� n,.���
���
� �=�c�-�.�-�'n"-cT@HC�S--c'i"rcR�ircc�
27 '2 1 '2.() \11.,.,.7 ��,,..�� .�t !_.,fo�
J7y� .J-�L.r� IYl7�Q—I—GiiV—CiJ—RT�IQ—Q�LCIC:J
��z,2�� n„�« :., o�,,,.,, �,..,
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 O1 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCT� Inspection
33 03 10 Bypass Pumping of Existing Sewer Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
33 OS 10 Utility Trench Excavation, Embedment, and Backfill
33 OS 12 Water Line Lowering
33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 OS 16 Concrete Water Vaults
33 OS 17 Concrete Collars
33-((l��?-� m��-�,—��R�
33-0��
33 OS 26 Utility Markers/Locators
33 OS 30 Location of Existing Utilities
33 11 OS Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
33 12 10 Water Services 1-inch to 2-inch
33 12 11 Large Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated Butterfly Valves
33 12 25 Connection to Existing Water Mains
33 12 40 Fire Hydrants
33 12 50 Water Sample Stations
CITY OF FORT WORTH Water and Sanitary Se�i�er Rep/acement Conh•act 20/4, WSiLI-D
STANDARD CONSTRUCT(ON SPECIF[CATION DOCUMENTS Ciry Project No. 02385
Revised November 22, 2013
000000-a
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Page 4 of 5
��� 1 1 7 !'„ro.a :., Dl.,..o D;..o /(`TDD\
�� Z� i- i-.-.'2i L':I.or..l.,�� I?o;..F «..a.�l D:..o f.(�«.,.,;t.. C.�..;4.,.... Co..,o«�
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe
33 31 23 Sanitary Sewer Pipe Enlargement
33 31 50 Sanitary Sewer Service Connections and Service Line
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
33 39 30 Fiberglass Manholes
33 39 40 Wastewater Access Chamber (WAC)
33 39 60 Epoxy Liners for Sanitary Sewer Structures
�� �v nov—C�"Hnn�-R�i-�=�Rg�
���� n� ei„«+„a c«,,...., n..,,:.,�
�� ��v n�Tr-�r�iiC��
�� 4�—�i-nv—�r.,—"a9� iii rD-�incB-�viaiiri0�&"rm-�iinc�9�'rrvv�ia
Division 34 - Transportation
34 41 30 Aluminum Signs
34 71 13 Traffic Control
Appendix
' GC-4.02 Subsurface and Physical Conditions
�� n nn rT„ao,. �,� �.,,.;t;�:o�
(��e n� u.. ,..a � • .,.i � a•�:,,� + c:.o
G�AS1...i�Gl fRiT-G01 LRTC[�] 1 -CCIiJiLL
' GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
r� � no o„«.,,;.� .,..a r r«;t:�:,.�
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH 6�ater and Sanrta�y Seiver Replucement Conh�uct 2014, G�3rY1-D
S'I'ANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Crry Project No. 02385
Revised November 22, 2013
M&C Review
CITY COUNCIL AGENDA
Page 1 of 3
Official site of the City of Fort Worth, Texas
FORT V�'ORTH
-�--
COUNCIL ACTION: Approved on 12/9/2014 - Ordinance Nos. 21573-12-2014 & 21574-12-2014
DATE: 12/9/2014 REFERENCE NO.: **C-27115 LOG NAME: 6014WSMDP1-ARK
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of a Contract with Ark Contracting Services, LLC, in the Amount of
$1,181,450.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-D, Part
on Catherine Street, Grande Court, Panola Avenue and Weiler Boulevard, Provide for
Project Costs and Contingencies for a Project Total in the Amount of $1,268,450.00 and
Adopt Appropriation Ordinances (COUNCIL DISTRICT 5)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $1,268,450.00 from the Water and Sewer Operating Fund in the amount
of $750,498.00 to the Water Capital Projects Fund and in the amount of $517,952.00 to the Sewer
Capital Projects Fund;
2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in
the Water Capital Projects Fund in the amount of $750,498.00 and the Sewer Capital Projects Fund
in the amount of $517,952.00 from available funds; and
3. Authorize the execution of a contract with Ark Contracting Services, LLC in the amount of
$1,181,450.00 for Water and Sanitary Sewer Replacement Contract 2014 WSM-D, Part 1.
DISCUSSION:
On September 9, 2014, (M&C C-26960) the City Council authorized an Engineering Agreement with
Wade Trim, LLC, to prepare the plans and specifications for Water and Sanitary Sewer Replacemen
Contract 2014, WSM-D.
This Mayor and Council Communication is to authorize a construction contract for the replacement o
the deteriorated water and sanitary sewer mains on the following streets:
STREET FROM TO
Catherine Street Panola Avenue Lancaster Avenue
Grande Court Weiler Boulevard Winnie Street
Panola Avenue South Edgewood Terrace Tierney Road
Weiler Boulevard Old Hanley Road Hiett Court
The project was advertised for bid on October 16, 2014 and October 23, 2014 in the Fort Worth Star
Telegram. On November 6, 2014 the following bids were received:
http://apps. cfwnet.org/council�acket/mc_review. asp?ID=20565&councildate=l2/9/2014 12/ 10/2014
M&C Review
Ark Contracting Services, LLC
Utilitex Construction, LLP
Jackson Construction, Ltd.
Atkins Brothers Eauiament ComK
��$1,181,450.00 ��140 Calendar Da
� $1,285,583.00
� $1, 348.910_00
I nc. $1, 376.829.00 �
Page 2 of 3
In addition to the contract cost, $38,000.00 (water: $22,000.00; sewer: $16,000.00) is required for
construction staking, inspection and material testing and $49,000.00 (water: $25,000.00; sewer:
$24,000.00) is provided for project contingencies.
M/WBE Office - Ark Contracting Services, I.LC, is in compliance with the City's BDE Ordinance by
committing to four percent MBE participation and documenting good faith effort. Ark Contracting
Services, LLC, identified several subcontracting and supplier opportunities. However, the MBE's
contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project i;
17 percent.
This project is located in COUNCIL DISTRICT 5, Mapsco 79E, 79F and 79L.
FISCAL INFORMATION/CERTIFICATION:
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 budgets as appropriated of the Water Capital Projects Fund and Sewer Capital
Projects Fund.
TO Fund/Account/Centers
1 &2�
P253 476045 6051702385ZZ
1 &2�
P258 476045 7051702385ZZ
2j P253 531200 605170238552
2)P253 531350 605170238552
2)P253 511010 605170238580
2)P253 531350 605170238580
2)P253 533010 605170238581
2)P253 541200 605170238583
2)P253 531200 605170238584
2) P253 531350 605170238584
2)P253 531350 605170238585
2)P258 531200 705170238552
2� P258 531350 705170238552
2)P258 511010 705170238580
2)P258 531350 705170238580
2)P258 533010 705170238581
2) P258 541200 705170238583
2� P258 531200 705170238584
2�P258 531350 705170238584
$750,498.00
$517,952.00
1 500.00
3 500.00
3 000.00
500.00
500.00
$728,498.00
3 000.00
1 500_00
8 500.00
1 000.00
3 000.00
1 500.00
500.00
500.00
$501,952.00
2 000.00
1 000.00
FROM Fund/Account/Centers
1) PE45 538040 0609020 $750,498.0
1) PE45 538040 0709020 $517,952.0
3) P253 541200 605170238583 $703,498.0
2) P258 541200 705170238583 $477,952.0�
http://apps.cfwnet.org/council�acicet/mc_review. asp?ID=20565&councildate=l2/9/2014 12/ 10/2014
� M&C Review Page 3 of 3
,I 2) P258 531350 705170238585 6 500.00
�
t
Submitted for City Manager's Office b� Fernando Costa (6122)
Originating Department Head: Andy Cronberg (5020)
Additional Information Contact: John Kasavich (8480)
ATTACHMENTS
6014WSMDP1-ARK Map 02.pdf
a:
6014WSMDP1-ARK Map01.pdf
6014WSMDP1-ARK P253 A015.docx
� ; 6014WSMDP1-ARK P258 A015.docx
http: //apps. cfwnet. org/council�acicet/mc_review. asp?ID=205 65 &councildate=l2/9/2014 12/ 10/2014
000s �s-�
ADDENDA
Page ( of2
2
3
4
5
6
7
s
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SECTION 00 OS 15
ADDENDA
ADDENDUM #1
PROJECT NAME: Water and SanitarV Sewer Replacement Contract 2014,
WSM-D, Part 1
PROJECT NO: 02385
DOE NO: 7311
ISSUED: October 30, 2014
BID DATE: November 6, 2014 at 1:30 P.M..
FROM: Wade Trim, Inc.
105-C North Oak Street
Roanoke, TX 76262
TO: Prospective Bidders
This Addendum forms a part of the Bidding Documents and will be incorporated into Contract
Documents, as applicable. Insofar as the original Contract Documents and Specifications and
Construction Plans are inconsistent, this Addendum governs. Acknowledge receipt of this
addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the
Addendum in the Bid Proposal and on the outer envelope of your bid. FAI�URE TO DO SO MAY
SUBJECT BIDDER TO DISQUALIFICATION.
Prospective bidders are hereby notified of the following_
CLARIFICATION:
• Time is of the essence. The Contractor shall be prepared to start construction by the
second week of January 2015 due to coordination with T/PW pavement rehabilitation
projects. All time limits for Milestones, if any and Final Acceptance within 140 days as
stated in the Contract Documents are of the essence to this Contract.
PROJECT MANUAL
1. REMOVE Section 00 42 43 Proposal Form, REPLACE with attached Section 00 42 43
Proposal Form to account for additional bid items associated with Duff Court.
a. Additional 8" Water Pipe added for Grande/Duff Court
b. Exploratory Excavation of Existing Utility on water increased to 2
c. Four Additional Water Service and Meter Reconnections Added
d. One 4"-12" Water Abandonment Plug Added
e. Removal of one Gate Valve
f. Remove and Replace 150 LF of Fence
g. 120 LF of Permanent Asphalt Pavement Repair along Duff Court
2. ADD attached Laboratory Report for Catherine St. and Weiler Blvd. to the Appendix
CI7'Y OF FOR'I' WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised Ju(y l, 201 I
000s is-a
ADDL�NDA
Pege 2 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
za
23
z4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
CONSTR.UCTION DRAWINGS
1. R�MOVE Sheet l, Cover Sheet, ��LACE with attached Sheet 1, Cover Sheet
2. R�MOVE Sheet 6, Project Control Plan, REPLACE with attached Sheet 6, Project
Control Plan
3, I2�MOVE Sheet 8, Grande Court Water Main Plan, I2EPLACE with attached Sheet 8,
Crrande Court Water Main Plan
4. ADD attached Sheet 8A, Duff Court Water Main Plan
5. R�MOVE Sheet 13, Grande Court Sanitary Plan and Profile, REPLACE with. aitached
Sheet 13, Grande Court Sanitary Plan and Profile
All other provisions of the plans, specifications and contract documents for the project which are
not axpressly amended herein sha11 remain in full force and effect.
Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering
the bid non-responsive. A signed copy oftkuis addendum shall be placed into the proposal at the
time of bid submittal.
EPID OF SECTYON
��'
� � -1
CITY OF PORT WORTH Water and Sanitery Sawer Replacement Conhact 2014, WSM-D
STANDAItD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 02385
Revised July 1, 201 I
Andrew T. Cronberg, P.E,, Interi Direetor
ay: % n ,5 � � �i
Tony Sholola, P.E.
Engineering Manager
00 os �s - �
ADDFNDA
Page l of 2
t
2
3
4
5
6
7
s
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
SECTION 00 05 15
ADDENDA
ADDENDUM #2
PROJECT NAME: Water and Sanitary Sewe� Replacement Contract 2014,
WSM-D, Part 1
PROJECT NO: 02385
DOE NO: 7311
ISSUED: November 4, 2014
BID DATE: November 6, 2014 at 1:30 P.M..
FROM: Wade Trim, Inc.
105-C North Oak Street
Roanoke, TX 76262
TO: Prospective Bidders
This Addendum forms a part of the Bidding Documents and will be incorporated into Contract
Documents, as applicable. Insofar as the original Contract Documents and Specifications and
Constructian Plans are inconsistent, this Addendum governs. Acknowledge receipt of this
addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the
Addendum in the Bid Proposal and on the outer envelope of your bid. FAILURE TO DO SO MAY
SUBJECT BIDDER TO DISQUALIFICATION.
Prospective bidders are herebv notified of the followinA:
PROJECT MANUAL
1. REMOVE Section 00 42 43 Proposal Fortn, REPLACE with attached Section 00 42 43
Proposal Form.
a. 2" Temporary Water Service changed from 4 to I lump sum for the entire
project.
CITY OF FORT WORTH Water and Sanitary Sewer Repfacement Contract 2014, WSM-D
STANDARD CONSTftUCTION SPECIi�fCATtON DOCUMENTS City Project No. 02385
[tevised July l, 201(
oaos is-2
ADDENDA
Page 2 of 2
1 All other provisions of the plans, specifications and contract documents for the project which are
2 not expressly amended k�erein shall remain in full force and et�ect.
3
4 Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering
5 tha bid non-responsive. A signed copy of this addendum shall he p[aced into the proposal at the
6 time of bid submittal.
7
8 �
9 RECEiPT A WLE ED: Andrew T. Cronberg, P,E., Interim D�rector
10
11 �--^ I r
�2 sy: By:. (��.h sh � I' 9
13 Tony Sholola, P.E.
l4 Engineering Manager
15
16
17 �w"�'r�'����
�9 ,; �o;'�E•°FT:�k���
2u �' °>•'' ��' ��j
r .*
�*• .*e
22 ,.*:�,• ....:.....:.........:....� �
23 l CHRISTOPHER J. CNA ♦
24 �����=i������������r����.����.���/
� s 112732 ,,.� �
z6 �t�q�'•+.</��Ms�a••,�� �pl
z7 ���S��o�a��,� , �tj� �
���.. `
as
29 '
30 �ND O�+ SECTION
C1TY O� POKT W02TH Watar and Snnitary Sewer Replacament Contract 20I4, WSM-D
STANbARD CONST2UCT[ON SPECIFICAT(ON DOCUMENTS City Project hto. 02385
Revised July (, Z011
001113-t
INVITAT[ON TO BIDDERS
Page 1 of2
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SECTION 0011 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of Water and Sanitary Sewer Replacement Contract 2014,
WSM-D, Part 1, City Project No. 02385, DOE '7311, Water Project No. P253-6051'70238583
and Sewer Project No. P258-705170238583 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 130 P.M. CST, Thursday, November 6, 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 of the (approximate) following: Water and Sewer replacement with
approximately 3,800 LF of 8" water line by open cut, 3,100 LF of 8" sewer pipe by open cut, 18
sewer manholes, 800 LF of 12" water line by open cut and 140 water services.
PREQUALIFICATION
The improvements included in this project must be performed by a contractor who is pre-
quali�ed 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 Purchasing Division website at http://www.fortworth o,� v.or /g�urchasing[ and
clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
Contract Documents may be downloaded, viewed, and printed by interested contractors and/or
suppliers.
Copies of the Bidding and Contract Documents may be purchased from Wade Trim, Inc. at:
105-C North Oak Street
Roanoke, TX 76262
The cost of Bidding and Contract Documents is:
Set of Bidding and Contract Documents with full size drawings: $60
Set of Bidding and Contract Documents with half size (if available) drawings: $40
PREBID CONFERENCE
A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following location, date, and time:
DATE: October 28, 2014
TIME: 10:30 AM
PLACE: City of Fort Worth Water Department
311 W lOth Street
Fort Worth, Texas 76102
C[TY OF FORT WORTEi 6�ater and Sanrtary Sewer Rep(acenrent Contract 20/4, 4{'Sibl-D
STANDARD CONS'I'2UCT[ON SPECIF[CATION DOCUMENTS City Project No. 02385
Revised July 1, 201 I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
0011 13-2
INVITATION TO BIDDERS
Page 2 of 2
LOCATION: Conference Room
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: John Kasavich, P.E., City of Fort Worth
Email: john.kasavich@fortworthtexas.gov
Phone: (817) 392-8480 �
AND/OR
Attn: David T. Speicher, P.E., Wade Trim
Email: dspeicher@wadetrim.com
Phone: (682) 237-7719
ADVERTISEMENT DATES
October 16, 2014
October 23, 2014
END OF SECTION
CITY OF FORT WORTH Wa�er and Sanita�y Seiver Replace�nent Conn•act 20/4, WS�Y/-D
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 02385
2evised July l, 201 1
002113-t
INSTRUCTIONS TO BIDDERS
Page 1 of9
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
Defined Terms
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defned in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. All Bidders and their subcontractors are required to be prequalified for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not prequalifed (even if inadvertently opened) shall not be considered. Prequalification
requirement work types and documentation are as follows:
3.1.1. Paving — Requirements document located at;
https://proj ectpoint.buzzsaw.com/fortworth�;ov/Resources/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Pavin�
%20Contractor%20Prequalification%20Pro�ram/PREQUAL IFICATION%20REQ
UI REMENTS%20FOR%20PA VING%2000NTRACTORS. PDF?public
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at;
https://proj ectpoint. buzzsaw.com/fortworthgov/Resources/02%20-
%20Construction%20Documents/Contractor%20Prequal ification/TP W%20Paving
%20Contractor%20Prequal ification%20Pro�ram/PREQUAL IFICATION%20RE(�
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public
CITY OF FORT W02TH YYater and Sanitaiy Seiver Replaceineitl Conh�act 20l4, 6t'S�Y/-D
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Cily Pi•oject No. 02385
Revised November 27, 2012
002i 13-2
INSTRUCT[ONS TO B[DDERS
Page 2 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
3.1.3. Water and Sanitary Sewer — Requirements document located at;
https://proj ectpoint. buzzsaw. c om/fortworth�ov/Resources/02%20-
%20Construction%20Documents/Contractor%20Prequal ificati on/Water%20and%2
OSanitary%20Sewer%20Contractor%20Prequal ification%20Pro�ram/W S S%20pre
qual%20requirements.doc?pub lic
3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within
seven (7) calendar days prior to Bid opening, the documentation identified in Section 00
45 11, BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
33. The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder(s) for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule,
to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualifcation may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Retated Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4.1.1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
CITY OF FORT WOR'CH Water attd Sanitary Sewer Rep/acen�ent Conh•act 20/4, WSrLI-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02385
2evised November 27, 2012
002I 13-3
INSTRUC'I'IONS TO BIDDERS
Page 3 of 9
1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or
2 contiguous to the Site and all drawings of physical conditions relating to existing
3 surface or subsurface structures at the Site (except Underground Facilities) that
4 have been identified in the Contract Documents as containing reliable "technical
5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
6 at the Site that have been identified in the Contract Documents as containing
7 reliable "technical data."
9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of
10 the information which the City will furnish. All additional information and data
11 which the City will supply after promulgation of the formal Contract Documents
12 shall be issued in the form of written addenda and shall become part of the Contract
13 Documents just as though such addenda were actually written into the original
14 Contract Documents. No information given by the City other than that contained in
IS the Contract Documents and officially promulgated addenda thereto, shall be
16 binding upon the City.
17
18
19
20
21
22
23
24
25
4.1.6. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a complete knowledge of the conditions which will be
encountered during the construction of the project. On request, City may provide
each Bidder access to the site to conduct such examinations, investigations,
explorations, tests and studies as each Bidder deems necessary for submission of a
Bid. Bidder must fill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and studies.
26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the
2'7 cost of doing the Work, time required for its completion, and obtain all information
28 required to make a proposal. Bidders shall rely exclusively and solely upon their
29 own estimates, investigation, research, tests, explorations, and other data which are
30 necessary for full and complete information upon which the proposal is to be based.
31 It is understood that the submission of a proposal is prima-facie evidence that the
32 Bidder has made the investigation, examinations and tests herein required. Claims
33 for additional compensation due to variations between conditions actually
34 encountered in construction and as indicated in the Contract Documents will not be
35 allowed.
36
37
38
39
40
41
42
43
44
4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
42. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
46 the site which have been utilized by City in preparation of the Contract Documents.
47 The logs of Soil Borings, if any, on the plans are for general information only.
48 Neither the City nor the Engineer guarantee that the data shown is representative of
49 conditions which actually exist.
50
CITY OF FORT WORTH Water and Sanita�y Seiver Replacentent Contract 20/4, 6i�SM-D
STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS Ciry Projec� No. 02385
Revised November 27. 2012
0021 13-4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1 4.2.2. those drawings of physical conditions in or relating to existing surface and
2 subsurface structures (except Underground Facilities) which are at or contiguous to
3 the site that have been utilized by City in preparation of the Contract Documents.
4
5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder
6 on request. Those reports and drawings may not be part of the Contract
7 Documents, but the "technical data" contained therein upon which Bidder is entitled
8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified
9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
10 responsible for any interpretation or conclusion drawn from any "technical data" or
11 any other data, interpretations, opinions or information.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
29 Documents.
30
31 5. Availability of Lands for Work, Etc.
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
CITY OP FORT WORTH Water and Sat�itmy Seiver Replacentent Conh•act 2014, Gf�SM-D
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 02385
Revised November 27, 2012
0021 13-5
INSTRUCTIONS TO BfDDERS
Page 5 of9
1
2
3
4
5
6
7
8
9
t0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2'7
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
5.3. The Bidder shall be prepared 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 proceed in the other at•eas 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 priot• to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address yuestions to:
City of Fort Worth
1000 Throckmorton Street
Fort Worth, TX 76102
Attn: John Kasavich, P.E., Water Department
Fax: (817)392-8137
Email: john.kasavich@fortworthtexas.gov
Phone: (817)392-8480
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clariftcations may be posted via Buzzsaw at
https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure Projects/02385 -
Water and Sewer Replace Contract 2014 WSM-D Par•t 1/Bid Documents Package
6.4. A prebid conference may be held at the time and place indicated in the Advet�tisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and pai-ticipate in the conference. City will
transmit to all prospective Biddet•s of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting
the requirements of Paragt•aphs 5.01 of the General Conditions.
CITY OF FORT WORTH Gt'ater and Sanita�y Seiver Replaceureivt Corrh�uct 2014, Gt'SM-D
ST'ANDARD CONSTRUCT[ON SPEC[F[CA'I'ION DOCUMEN'I'S Crty Pi•oject No. 02385
Revised November 27, 2012
0021 13-6
INSTRUCTIONS TO BIDDERS
Page 6 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
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 forfeitut•e 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 award
will be retained by City until final contract execution.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.O5A., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O 1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
12-2011 (as amended), the City has goals for the participation of minority business
and/or small business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
Venture 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 from the City as evidence the
documentation was received. Failure to comply shall render the bid as non-
responsive.
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, 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 from the City.
CITY OF FORT WOR'tH Water and Sani�a�y Seiver Replacement Conh•act 20/4, Yt'S�LI-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02385
Revised November 27, 2012
0021 13-7
INSTRUCT[ONS TO B[DDE2S
Page 7 of 9
t
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1'7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
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 Form. 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," or "Not Applicable" may be entered. Bidder shall state the prices,
written in ink in both words and numerals, for which the Bidder proposes to do the
work contemplated or furnish materials required. All prices shali be written legibly.
In case of discrepancy 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 partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The 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 offcial address of the frm 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 address of the joint venture shall be shown.
12.8
12.9.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall 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 INVITATION 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. If the Bid is sent through the
mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope
with the notation "BID ENCLOSED" on the face of it.
CIZ'Y OF FORT WORTH Water a�rd Sanitary Sewer Replacenrent Conh•act 2014, WS�Y/-D
STANDARD CONST2UCTION SPECIF[CATION DOCUMENTS Ciry Project No. 02385
2evised November 27, 2012
002t 13-5
INSTRUCTIONS TO BIDDERS
Page 8 of9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
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
14. Modification and Withdrawal of Bids
14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be
withdt•awn prior to the time set for bid opening. A request for withdrawal must be
made in writing by an appropriate document duly executed in the manner that a Bid
must be executed and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids. After all Bids not requested for withdrawai 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 prior to the
time set for the closing of Bid receipt.
15. Opening of Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of the 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 period specified for Notice of Award
and execution and delivery of a complete Agreement by Successful Bidder. City may, at
City's sole discretion, release any Bid and nullify the Bid security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by City. City also reserves
the right to waive informalities not involving price, contract time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
CITY OF FORT WORTH 6i�aler and Sanrtu�y Seiver Replacement Conh•act 20l4, WSM-D
STANDARD CONS'I'RUCTION SPEC(PICAT[ON DOCUMENTS Ciry Project No. 02385
Revised November 2'l, 2012
0021 13-9
[NS'I'RUCTIONS TO BIDDERS
Page 9 of 9
1
2
3
4
5
6
7
8
9
10
I1
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
3'7
38
39
40
41
42
43
44
45
46
47
17.2. City may consider the qualifcations and experience of Subcontractors, Suppliers, and
othei• persons and organizations proposed for those portions of the Work as to which
the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as provided in the Contract Documents or upon the request of the City.
City also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of materials and equipment proposed for
incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
173. 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 persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. 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. Pursuant to Texas 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 Nonresident 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 award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
the City.
17.8. 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 thereafter
Contractor shall sign and deliver the required number of counterparts of the Ageement to
City with the required Bonds, Certificates of Insurance, and all other required documentation.
City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH Water and Sanrtary Sewer Replacen:ent Conlract 20/4, 6i'SM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 02385
Revised November 27. 2012
003513-1
CONFLICT OP INTEREST AFFIDAVIT
Page 1 of I
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
SECTION 00 3513
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 wiil certify that the
Bidder has on ftle with the City Secretary the required documentation and is eligible to bid on
City Work. The referenced forms may be downloaded from the website links provided below.
http:/1w4���.�thi�s.stat�.t;c.us/PdrmslC CQ.��df
htt�;II41'4VW.E:tI11CS.5lfltC.t.�.us/forms/C lS.�f
� CIQ Form is on file with City Secretary
[� CIQ Form is being provided to the City Secretary
� I Form is on File with City Secretary
� orm is being provided to the City Secretary
BIDDER:
�I ���'
Company
� S '�;�IG i�,2�`ce .�
A dress
✓1 �'�lOv
C ty/State/Zip
By
Sig
Tit
END OF SECTION
CITY OF FORT WORTH Water and Sanr�ar•y Sewer Replacenienl Ca:tract 2014, WSM-D
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 02385
Itevised March 27. 2012
�rica�v ri �u��
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: Water and Sanitary Sewer Replacement Contract 2014, WSM-D, Part 1
City Project No.: 02385
Units/Sections: Section A: Water Improvements
Section B: Sewer Improvements
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 all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposai Workbook.xis
0o ai o0
81D FORM
Page 2 of 3
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.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
- subcontractors:
a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller
b. Sewer Collection System, Urban and Renewal, 8-inches and smaller
c. .�.tst wQ�� �!pe heCe oi� �pace w . � � J � � � �� � . � ,
d. C�stwQ(ktype�tr�ee ors�rac�,. �u � �. w ���... � � � ,.� , ,w � .�. . ��F � , � ti�� � , ��_� ��`_3 ��
4. Time of Completion
4.1. The Work will be complete for Finai Acceptance within 140 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 following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 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 Compliance 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
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls
00 41 00
BID FORM
Page 3 of 3
6.2. It is understood and agreed by the Bidder in signing ihis proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Total Bid ( -� i �/ ��� ` ��• �
0
���c,�8e""'
7. Bid Submittal
This Bid is submifted on �° ��������,�' ��`�' �,� � by the entity named below.
., _ �
Respectfully su
�ev.. C�. ��Iuv��-�..1
(Printed Name)
Title: ,t � 1�'���
Company; ; ����� �� a�[�;;���C� ��.�, M""�' Corporate Seal:
Address: � - �,�����,G��,,.��►c�', ��.
� '�� � ���
� [�, �:.���. ��� �a��ef��fi���
State of Incorporation: 3��
Email: �����[�����,��4���'"�$C12tn�C.rSLow+
Phone: `�i r�j tfc� q�nfie�
END OF SECTION
CITY OF FORT WORTH
STANDARO CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 00 41 00 00 43 13_00 42 43_00 43 37_00 45 12 00 35 13_Bid Proposal Workbook.xls
00.1] dl
OID PNOPOSAL
Pa6a i of i
� SECTION 00 42 43
PROPOSALFORM
TmelOid 31181460.00
END OP S6CTION
� CRV OFFORI' WORTII
STANDARD CONSTRUCIION SPEC61CA710N DOCUME17T3
,. � Famiftniso1 30 12012 0 �i.fCFll'-WSM-0PenI-IlObid.AddmM3
UfVIT PRICE BID Bidder's Application
00 43 13
81D BOND
Page 1 of 1
SECTION 00 43 13
BID BOND
KNOW A�L BY THESE PRESENTS:
That we, (Bidder Name) Company Name Here hereinafter
�ti �� � �
called the Principal, and (Surety Name) ti� , ,. . ,; ., ; �� ` SU�ety N�ii'�e_. E-�erp `" . � � �� .�:. _�� �. ..�. .. ��:���
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 � Spel( Out NutTibers Heee„y ,, ,'� ,, � and No/100 Dollars
($ ��lu��t'a�s Here��w, �.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 Obiigee,
identified as Water and Sanitary Sewer Replacement Contract 2014, WSM-D, Part 1
0
NOW, THEREFORE, if the Obligee shali award the Contract for the foregoing project to
the Principal, and the Principai 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 aU 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
Principal 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
, 2014.
By: Company Name Here
(Signature and Title of Principal)
*gY� �urefy�Nar����l�ere ��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 CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_8id Proposal Workbook.xis
00 43 37
VENDOR COMPLIANCE TO STATE lAW
Page 1 of 1
SEC710N 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresidenYs 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 StatG �-�Pra� or �i�E�k; , our principal place of business,
are required to be ".<< Her� I percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Here o� B(ar�k , our principal place of business,
not required to underbid resident bidders.
B e principal place of business of o�ompany or our parent company or majority owner is
in the State of Texas. �
��IDDER:
,,�. ��,� fY.�y� �e2N���s, L�-�-. � C. �w�c ��.i
ompany Name Here By: nte�Q Name Fjg�e
�d� s �Here� " �'��'' �1�� Lr'��
Address Here or Space�����j�r�,Q..�t�,���
City, State Zip Code Here ..-1 �Q�/n
.tr-
END OF SECTION
T�: Title Herer������
Date: IV� • `Q �1
� �
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION 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
0o as i i -1
BIDDERS PREQUALIFICATIONS
Page 1 of3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. All contractors are required to be prequalifed by the City prior to submitting
5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is
7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder
8 Prequalification Application in accordance with the requirements below.
9
10 The prequalification process will establish a bid limit based on a technical evaluation and
t t financial analysis of the contractor. The information must be submitted seven (7) days prior
' 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on
13 projects to be opened on the 7th of April must file the information by the 31 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
15 Prequalification Application, the following must accompany the submission.
16 a. A complete set of audited or reviewed financial statements.
17 (1) Classified Balance Sheet
18 (2) Income Statement
19 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
' 21 (5) Notes to the Financial Statements, if any
- 22 b. A certified copy of the firm's organizational documents (Cot•porate Charter, Articles
23 of Incorporation, Articles of Organization, Certificate of Formation, LLC
24 Regulations, Certificate of Limited Partnership Agreement).
25 c. A completed Bidder Prequaliftcation Application.
26 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
28 number visit the Texas Comptroller of Public Accounts online at the
29 following web address www.window.state.tx.us/taxpermit/ and fill out the
30 application to apply for your Texas tax ID.
' 31 (2) The firm's e-mail address and fax number.
' 32 (3) The fit•m's DL1NS number as issued by Dun & Bradstreet. This number
33 is used by the City for required reporting on Federal Aid projects. The DLJNS
' 34 number may be obtained at www.dnb.com.
35 d. Resumes reflecting the construction experience of the principles of the firm for firms
36 submitting their initial prequalification. These resumes should include the size and
37 scope of the work performed.
38 e. Other information as requested by the City.
' 39
40 2. Prequalification Requirements
41 a. Financial Statements. Financial statement submission must be provided in
42 accordance with the following:
43 (1) The City requires that the original Financial Statement or a certified copy
44 be submitted for consideration.
CITY OF FORT WORTH 64ater and Sanitary Sex�ei• Replacement Conh•ac120/d, WSM-D
STANDARD CONS7'RUCTiON SPECIFICATION DOCUMENTS City Project No. 02385
Revised July I, 201 I
0o as i i- 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the fnancial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report ot• review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollat•s at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
t 5 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (1) express an unqualifed opinion, or (2) express a qualifed
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (working capital = current assets — current
26 liabilities) by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Pr�eqiralification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed fnancial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 "None" or "N/A" should be inserted.
38 (2) A minimum of five (5) references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer, model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalificaYion approval.
CITY OF F02T WORTH 6{'ater ancl Sanitary Sex�er Replaceurent Conh•act 20/4, WSN/-D
STANDARD CONSTRUCTION SPECIFICA"C[ON DOCUMEN'CS Ciry Pi•oject No. 02385
Revised July 1, 201 I
1
2
3
4
5
6
7
8
9
0o as � i - s
BIDDERS PREQUAL[FICATIONS
Page 3 of 3
d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid
the prequalified work types until the expiration date stated in the letter.
END OF SECTION
CITY OF FORT WORTF[ GYater and Sanrtary Sewer Replacement Cartruct 201 d, Gi�S�bl-D
ST'ANDARD CONSTRUC'I'ION SPECIFICA'PION DOCUMENTS Crty Projecl No. 02385
Revised July 1, 201 1
�
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 andlor subcontractors whom they intend to utilize for the major work type(s) listed.
The undersigned hereby certifies that the contractors andlor subcontractors described in the table above are
currently prequalified for the work types listed.
B/ DER:
1��� ovrlrc� 1� ,�°t�iZ�� G L L
ompany Name Here
Address Here �� � �GK- 1 ��� ��'
Address Here or Space K�e�'`"[�j/
City, State Zip Code Here ���
�Q (.GO
END OF SECTION
���M��
�
7 tle: Title Here y 5► ���.'��
Date: D V • � �
CITY OF FORT WORTH
STANDARD CONSTRUC710N SPECIFICATION OOCUMENTS
- Form Revised 20120120 00 47 Oo 00 43 13_00 42 A3 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook,xls
FQRT WC}RTH
SECTION 00 45 13
BIDDER PREQUALIFICATION APPLICATION
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Street Address (required)
Telephone
City
City
Fax
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State
State
Emai I
Zip Code
Zip Code
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DL1NS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
1000 THROCKMORTON STFZEET
FORT WORTH, TEXAS 76 1 02-63 1 I
AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION"
004513-2
B[DDER PREQUALIF[CATION APPLICAT[ON
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
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual goss receipts
OR
� Does not meet the critei•ia 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
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smallet•
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
CITY OF FORT WORTH 6i�ater ai7d Sa�trlaiy Setiver Replacement Co�rn�act 2014, 6�SiY1-D
STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS Ciry Project No. 02385
2evised December 20, 2012
004513-3
B[DDER PREQUALIFICATION APPLICATION
Page3 of8
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewet• CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer 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 Interceptors, 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, 8-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 Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
C[TY OF FORT WORTH G�ater und Sanitary Sewer Replacement Contruct 20ld, WSN/-D
STANDARD CONST'RUCTION SPEC[FICATION DOCUMENTS City Projec� No. 02385
ftevised December 20, 2012
ooas i3-�
BIDDER PREQUAL[F[CAT[ON APPLICAT[ON
Page 4 of 8
1. List eauinment vou do not own but which is available bv rentin�
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
n *�xit,�� n,-,,,o,.�� t,�� ,,,,,,,, ,,,,,,,,,,,�.,+;,,,, ,.,,.,,,,io�oa ;,, rro.,.,� .,,,a oi�o..,Ho,.o�
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?_
If so, where and why?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
6. Has any officer 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 WORTF[ 6�ater and Sarnta�y Seiver Replacement Conh•act 20/d, G�SbI-D
S"CANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 02385
2evised December 20, 2012
004513-5
BIDDER PREQUALIF[CA"C[ON APPL[CATION
Page 5 of 8
8. In what other lines of business are you financially interested?
9. Have you ever performed 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 during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person 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
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shar•es 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, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CITY OF FORT WOR1'H 4�aler• mid Snnilnry Sewer Replacenrent Conh�act 20l4, 6�S�L1-D
STANDARD CONSTRUCT[ON SPEC[F[CAT[ON DOCUMENTS Ciry Pi•ojecl No. 02385
Revised December 20, 2012
00 45 I 3- 6
BIDUER PREQUALIF[CATION APPLICATION
Page 6 of 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, limited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are 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, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY Of� FORT WORTH Water ar�d Sanitaiy Se�rer Rep(acemerzt Contract 20l4, fl�SA�I-�
STANDARD CONSTRUC7'ION SPECIF[CAT[ON DOCUMENTS Crty Project No. 02385
Revised December 20, 2012
ooas �s-�
B[DDGR PREQUAL[FICATION APPLICATION
Page 7 of S
14. Equipment $
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
��mitar types ot equipment may be lumped together. If your t]rm 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, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the frm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
C[TY OF FORT WORTH Gt�ater arrd Sunrla�y Se�rei• Replacement Contracl 20l4, 6�Sb1-D
STANDA2D CONSTRUCTION SPEC[F[CAT[ON DOCUMF.'.NTS Crry Projec� No. 02385
Revised December 20, 2012
004513-8
BIDDER PREQUALIF[CATION APPLICAT[ON
Page S of S
BIDDER PREQUALIFICATION AFI+IDAVIT
STATE OF S
COUNTY OF ��}1�141\.� �
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the ba(ance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
' ' i force, necess�ry •ify said stAtement.
�� , eing d wor , de oses and says that
lie/she is the � of �4i�,�Cj �t�ie�cntity
' described in and hich executed the foregoing statement that he/she is familiar th the b�oks of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
`L�
�.�.gfe tf�is ��i�j'P.ItC ��C � r'�
day of ��+E-1`C�tf� , ��
Notary Public must not be an officer, director, oi• stockholder or relative thereof.
.a�r"'r'a,,. �
`.,'+" a�.�, iAP#A S1�PHENS
�' °� No4ary P�ibllc, �tate of Texas
�;>,�sf�.�; MY Gvrnmis�ion �xpires
���,,,���,,�� P�brupry�7� 2ot�
CI'I'Y OP FORT WORTH Walei• and Sanita�y Se�ner Rep(acement Contract 2014, WSM-D
STANDA2D CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Project No. 02385
Revised December 20, 2012
UW�-UL
Notary ublic
004526-1
CONTRACCOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW
Page I of I
2
3
4
5
6
�
8
9
10
l�
la
13
14
IS
16
17
18
19
20
2l
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
S�CTION 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. 02385. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
i�.. l. '�Ya,C�� V� GQS l.lt...
Campany
`[ v[J �� 11 i G � i � !.�'P `-��lL� •
Ad �ess �
City tate/Zip
THE STATE OF TEXAS §
COUNTY OFTARRANT §
��'CI.RB ME,��signed autha y, on this day personally appeared
� �,� �a�`M,�}� , known to me to be the person whose name is
subscribed to the fore ain ' tr men , and knawled ed to me that he/she executed the same as
the act and deec! o g � ��� �}Jt �-�-'�'�r the purposes and
consideration therein expressed and in tli apacity therein stated.
GIVEN LJNDER MY HAND AND AL OF OFFICE this b� day of
��"�i !°�r �, 20
NO✓�t�t ije i-
� ����
Notary Public in and fo►• the State of Texas
39 �ND OF SECTION
�M�STFt����{�"-.�..�_..�."'.,��,�.�. �...-.a,..�._��. � �..
��, � TANA SiEPHENS
40 � p� Notary Public, State of Texas
;a�; �' .�r�4 My Comm�ssion Expires
'"�� ''��`� Fabruar 07, 20� b
�i ,
���,� � V
C1TY OF FORT WORTFI Warer and Sanilary Seiver Replacement Coi�n•act 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS Ciry Projec� No. 02385
Revised July l , 2011
(Please Print)
00 45 40 - 1
MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL
Page 1 of 1
1 SECTION 00 45 40
2 MINORITY BUSINESS ENTERPRISE GOAL
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal
6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE
7 subcontracting goal is not applicable.
8
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
13
14 MBE PROJECT GOAL
15 The City's MBE goal on this project is 17% of the total bid (Base bid applies to Pa�•lts a�7d
16 Con�nzuni .ry Services). Note: If both MBE and SBE subcontracting goals are established far this
17 project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be
18 deemed responsive.
19
20
21
22
23
24
25
26
27
28
29
30
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 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.
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.
31 SUBMITTAL OF REQUIRED DOCUMENTATION
32 The applicable documents must be received by the Managing Department, within the following
33 times allocated, in order for the entire bid to be considered responsive to the speciiications. The
34 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing
35 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the
36
37
documentation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after
or exceeded: the bid 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
Utilization Form, if participation is less than the bid 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
Utilization Form, if no MBE participation: the bid opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., fve (5) City business days after
perform all subcontracting/supplier work: the bid opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after
to meet or exceed goal. the bid opening date, exclusive of the bid opening date.
END OF SECTION
CITY OF FORT WORTH W'ater nnd Snnitaiy Setiver Replaceme�il ConU•act 2014, 61'SD7-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No. 02385
Revised December 2Q 2012
��
oos2a3-i
Agreement
Page I of4
i
��
�'
�
2
3
4
5
6
7
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized o� 1= I�' u; �,��'��` is made by and between the City of Forth
Worth, a Texas home rule municipality, �acting 6y and through its duly authorized City Manager,
("City"), and Ark Contracting Sei•vices, LLC , authorized
to do business in Texas, acting by and through its duly authorized representative, ("Contractor").
8 City and Contractor, in consideration of the mutual covenants het•einafter set forth, agree as
9 follows:
10 Article 1. WORK
11
12
13
14
15
16
17
18
19
20
21
Contractor shall complete all Wot•k 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:
Water and Sanitary Sewer Replacement Contract 2014. WSM-D, Part 1
City Project No. 02385
Article 3. CONTRACT TIME
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.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within 140 days after the date when the
24 Contract Time commences to run as provided in Paragraph 2.03 of the General 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 specified 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 Dollat•s ($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 I{'ater and Sanitaiy Setii�er Repluceme�tt Conb�act 201 d, 6['S�Y/-D
S'i'ANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS Ciq� Project No. 02385
Revised August 17, 2012
005243-2
Agreement
Page 2 of4
36 Article 4. CONTRACT PRICE
37 City agrees to pay Contractor for performance of the Work in accordance with the Contract
38 Documents an amount in current funds of One Million One Hundred Eight,y One Thousand Four
39 Hundred Fifty and 0/100 Dollars ($1,181,450.00).
40 Article 5. CONTRACT DOCUMENTS
41 5.1 CONTENTS:
42
43
44
45
46
4'7
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:
l. This Agreement.
2. Attachments to this Ageement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. 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 OI� FORT WORTH Yt'ater and Sanitary Seirer Replacentent Conh•act 201 d, WSA�1-D
STANDARD CONS'I'RUCTION SPEC[FICATION DOCUMENTS City Projeci No. 02385
Revised August 17, 2012
oos2a3-3
Agreement
Page 3 of4
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 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 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 officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alteged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is specifically intended to operate and be effective even if it is alle e�
proven that all or some of the damages being sought were caused, in whole or in part,
by anv act, omission or negligence of the citv.
Article 7. MISCELLANEOUS
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 7.3 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
lll CONTRACTOR.
1 12 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
I 14 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 Waler a�vd Sani�ary Seiver Replacement Conh•act 20l4, �t'S��/-D
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Projec� No. 02385
Revised August 17, 2012
��
0o sz a3 - a
Agreement
Page 4 of4
T
�
R
�
�
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.
12l
122
123
124
125
126
127
128
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractot•.
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 ("Effective Date").
Contractor:
Title: l�ril�s
Address: � � o
�1 Zv 5"; t7,�r� Yia��✓ Y-✓•44I M&C C— 2.� II � ' C�8
Date: I � - T.. /y � $<
�
129
130
131
132
133
134
135
136
137
138
City/State/Zip: �<� „�,,,r,,,,1L�r ��G��c� Appro as to Form and Legality: -"9DO°"pO"
��� ��
Date ouglas W. Black
Assistant City Attorney
�F���i���. ��'� ��
�i'�� ���i�� �,�
� �� �j���' -
City of Fort Worth
BY���L�i,t�z��I�1�0 ��--
Fernando Costa
Assistant City Manager
Date /2 /
Attest: - � '1 '�—�
City Secretary ,
(Seal) '
, � ���
APPROVAL RECOMMENDED:
_.
Andrew T. Cronberg, P.E.
INTERIM DIRECTOR,
Water Department
C[TY OP FORT WORTH 6�ater and Sa�7ita�y Setirer 2eplacenrent Conh•act 201 d, Gi�S�bl-D
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Crty Project No. 02385
Revised August 17, 2012
o�
o�
a
o�
0
��
l�
(Printed Name)
�.
Bond #CA 3593983
006113-1
PERFORMANCE BOND
Page I of2
�
�
�
�
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 13
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, _ Ark Contracting Services, LLC , known as "Principal" herein and
9 Great American Insurance Company of New York , a corporate surety(sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, ONE MILLION
13 ONE HUNDRED EIGHTY ONE THOUSAND FOUR HUNDRED FIFTY AND 0/100
14 DOLLARS ($I,I81,950.00), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind
16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
17 firmly by these presents.
18 WHEREAS, the Principal has entered into a certain written contract with the City
19 awarded the day of {�I (�' �; i�� �(]�;;�. , 20_, which Contract is hereby referred to and
20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
21 labor and other accessories defined by law, in the prosecution of the Work, including any Change
22 Orders, as provided for in said Contract designated as Water and Sanitary Sewer Replacement
23 Contract 2014, WSM-D, Part 1, City Project No. 02385.
24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25 shall faithfully perform it obligations under the Contract and shall in all respects duly and
26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
27 specifications, and contract documents therein referred to, and as well during any period of
28 extension of the Contract that may be granted on the part of the City, then this obligation shall be
29 and become null and void, otherwise to remain in full force and effect.
30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTH Water and Sanitary Setirer Replacement Contrac! 20l4, WSM-D
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Projec! No. 02385
Revised July l, 201 I
L1
�'
00 61 13 - 2
PERFORMANCE BOND
Page 2 of2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
�, 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
�,
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the day of
d , 6 �; fi—;;-'�`,11�°—
�
I'I g
, 9
10
,� 11
12 ' `,
13 AT"�EST: `�, �- �
14 V /
15 �
i 16 (Prin 'pal) S cretary
17
18
( 19
I 20
21 �� ,.��ti-
� 22 Witness as to Principal
23
24
25
26
� 27
28
29
30
31
� 32
33
1 3�
3 5 J�
3b !
37 �uitness as to Surety
38
� 3�
40
PRINCIPAL:
Ark Contracting Services
�
C. Bowman, President
Name and Title
Address: 420 S Dick Price Road
Kennedale. TX 76060
SURETY:
Great American Insurance Company of
New York
BY: _. /
�--- -
Signatur
Tracy Tucker, Attorney-in-Fact
Name and Title
Address: 900 Summit Ave.
Ft Worth. TX 76102
Telephone Number: 817/336-8520
� 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
42 from the by-laws showing that this person has authority to sign such obligation. If
43 Surety's physical address is different from its mailing address, both must be provided.
44 The date of the bond shall not be prior to the date the Contract is awarded.
� 45
9
CITY OF FORT WORTH Wa�er and Sanrtary Sewei• Replacement Conn•act 20l4, Gf'SM-D
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Project No. 02385
Revised July 1, 2011
�
Bond #CA 3593983
00 61 14 - I
PAYMENTBOND
Page 1 of2
I'I �
3
'� ' 4
5
6
d �
�
�
�
R
d
�
�
8
9
10
11
12
13
14
15
16
17
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, Ark Contractin� Services, LLC , known as "Principal"
heieln, and Great American Insurance Company of New York , 2 corporate
surety (sureties), 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 the State of Texas, known as "City" herein, in the
penal sum of ONE MILLION ONE HUNDRED EIGHTY ONE THOUSAND FOUR
HUNDRED F`IFTY AND 0/100 DOLLARS ($I,181,950.00), lawful money of the United
States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and
truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents:
18 WHEREAS, �r' i a�h� �tered into a certain written Contract with City, awarded the
s)� �� �. ,.���.
19 �day of , 20 , which Contract is hereby referred to and
20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in
22 said Contract and designated as Water and Sanitary Sewer Replacement Contract 2014,
23 WSM-D, Part 1, City Project No. 02385.
24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defned in
26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
28 force and effect.
, 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
31 accordance with the provisions of said statute.
1 32
�
CITY OF FORT WORTH Gt'aler aiid Sanitary Se�i�er Replacement Contract 20/4, WSA1 D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 02385
Revised July 1, 201 I
I
1
2
3
00 61 14 - 2
PAYMENTBOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and offcers on this the day of
- , 20
, �, .
4
�
�
�
�
d
1
i
ATTEST:
,
�
;
�
( rin ' al) ecretary �
�" /•y �..�'`�
Witness as to Principal
ATTEST:
�5urety) SEcretary
Witness as to S�irety
PRINCIPAL:
:
/ Steven C. Bowman, President
Name and Title
AdCiPOSs: 420 S Dick Price Road
Kennedale, TX 76060
SLJRETY:
Great American Insurance Company of
New York
BY:
`_��gnai ure
Tracy Tucker, Attorney-in-Fact
Name and Title
Address: 90o summit Ave.
Ft Worth, TX 76102
Telephone Number: $1�/336-s5zo
5
6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is different from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
11 END OF SECTION
12
CITY OF FORT WORTH Waler• and Sanitary Setirer Replacement Contract 2014, 6i�SM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crt}� Projec( No. 02385
Revised July l, 201 1
�
Bond #CA 3593983
00 61 19 - 1
MAINTENANCE BOND
Page 1 of3
�
�
�
�
d
�
�
1
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
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we Ark Contractin� Services. LLC , known as "Principal"
herein and Great American Insurance Company of New York , a corporate surety (sureties, lf
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 the State of Texas, known as "City" herein, in the sum
of ONE MILLION ONE HUNDRED EIGHTY ONE THOUSAND FOUR HUNDRED
FIFI'Y AND 0/100 DOLLARS ($1,181,450.00), 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, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, the Princi al has entered into a certain written contract with the City awarded
the day of '�'`(, ,,,r r,�� t:�))��
, 20 , 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 Water and Sanitary Sewer
Replacement Contract 2014, WSM-D, Part 1, City Project No. 02385; and
WHEREAS, Principal binds itself to use such materials and to so construct the Wark 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 two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WH�REAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the City of the need therefor at any time within the Maintenance
Period.
C[TY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 20ld, bt'SM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised July 1, 201 1
0061 19-2
MA[NTENANCE BOND
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
l3
14
15
16
17
IS
19
20
NOW THEREFORE, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by City, to a completion
satisfactory to the City, 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
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas ar 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 WOR"TH Gt'ater and Sanitary Setirer Replace�nent Conh�act 20/4, G{'SM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 02385
Revised July l, 201 1
0061 19-3
MAINTENANCE BOND
Page 3 of 3
T
�
q
d
1
I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the day of
3 ilL f' i;� :� )01��. , 20�
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
3Q
31
32
3+
34
3�
36
37
38
39
40
41
/
1.. � ��'..I �,�� ' �
� .. :C �
.� ��
Witness as to Principal
ATTF.;,T:
!:Sure S:,�cretary
� ��'vG�C�
VVitness a� to 5urety
Steven C. Bowman, President
Name and Title
Address: 420 S Dick Price Road
Kennedale, TX 76060
SiJRETY:
Great American Insurance Companv
of New York
BY:� -
�ignature
Tracy Tucker, Attorney-in-Fact
Name and Title
Address: 900 Summit Ave.
Ft Worth, TX 76102
Telephone Number: 817/336-8520
*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 Waler and Sanitary Seiver Replacemenl Contract 2014, Gf'SM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Pi•oject No. 02385
Revised July I, 201 I
PRINCIPAL:
�I
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
New York
Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740
No. 0 14893
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the
person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of
the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature
thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this
authority shall not exceed the limit stated below.
Name Address Limit of Power
The number of persons authorized by
this power of attorney is not more than FIVE
TRACY TUCKER STEVEN TUCKER
W. LAWRENCE BROWN BENNETT BROWN
KEVIN J. DUNN
ALL OF
FORT WORTH,
TEXAS
ALL
$100,000,000.00
This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF, the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed
and attested by its appropriate officers and its corporate seal hereunto affixed this 15TH day of MAY , 2014 ,
Attest
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
�� At� I '/
�/1� ` � � • ♦ � •
��SEAL�� ` �� n //` I
� � �r /� lLt�
Assislnn! Seci�etniy Divi,sionnl Senio�� 1 rce Presiden!
DAVID C. KITCHIN (877-377-2405)
STATE OF OHIO, COUNTY OF HAMILTON-ss:
On this 15TH day of MAY , 2014 , before me personally appeared DAVID C. KITCHIN, to me known,
being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond
Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument;
that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed
his name thereto by like authority.
4 �� ��
_� � No�ryPubhc,StabofOhlo
��« M�► Corrmis�lon Explres 48�09-Z015
��.�/ /
�
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company of New York by unanimous written consent dated May 14, 2009.
RESOLVED: That the Divisional President, the several Divisiona/ Senior Vice Presidents, Divisional Vice Presidents and Divisional
Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact
to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations
in the nature thereof,• to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment
at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of fhe aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of eithergiven for the execution of any bond,
undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby
adopted by the Company as the original signature of such officer and fhe original seal of the Company, to be valid and binding upon the
Company with the same force and effect as though manually affixed.
CERTIFICATION
I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby c.ertify that
the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and ar�
now in full force and effect.
Signed and sealed this day of
�G�AiE 4
�EAL ��
�f
� /
` �
��
Assislnn( Sccreln�y
51185J (12/13)
'`_/�
' GREAT�ERICAN
INSURANGEGROUP
IMPORTANT NOTICE:
Great American Insurance Company of New Yorlc
Great American Alliance Insurance Company
Great American Insurance Company
To obtain infoimation or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
FAX: 1-512-475-1771
Your notice of claim against the attached bond may be given to the surety company that
issued the bond by sending it by certified or• registered mail to the following address:
Mailing Address: Great American Insurance Company
P.O. Box 2119
Cincinnati, Ohio 45202
Physical Address: Great American Insurance Company
301 E. Foui�th Street
Cincinnati, Ohio 45202
You may also contact the Great American Insurance Company Claim office by:
Fax:
Telephone:
Email:
1-888-290-3706
1-513-369-5091
bondclaims@gaic.com
PREMIUM OR CLAIM DISPUTES:
If you have a dispute concerning a pretnium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company fiist. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
ATTACH TffiS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached
document.
F.9667A (3/II)
,
STANDARD GENERAL CONDITI4NS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
S"PANUr1RL7 CONS'IRUE"TtQN SPECIFCA"C'ION DOCUytENTS
C2evisi�n: I7e�ember2l, 2012
STANDARD GENERAL CONDITIONS �F THE
CONSTIZUCTI�N CONTRACT
TABLE OF CONTENTS
Page
Ai�ticle 1— Definitions and Terminology .......................................................................................................... l
I.O l Detined Terms ........................................................a......,............,....,......................,.,...............,..., l
1.02 Tenninology ..................................................................................................................... .........6
Article2 — Preliminary Matters .........................................................................................................................7
2A1Copies of Documents ........ ...........................................................................................„...,..,.....7
2.02 Commencement of Contract Time; Notice to Proceed ....... ..................................................... 7
....
2.03 Starting the Work ..........................................................................................................................8
2.04 8efore Stai�ting Construction ........................................................................................................ 8
2,05 Preconstruction Conference ..........................................................................................................8
2,06 Publie Meeting ..............................................................................................................................8
2.0'7 Initial Acceptance of Schedu(es ....................................................................................................8
Article3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3.01 Intent .............................................................................................................................................. 8
3.02 Refe►•ence Standards ......................................................................................................................9
3.03 Reporting and Resolving Discrepancies .......................................................................................9
3.04 Amending and Supplementing Conteact Documents ................................................................. l0
3.05 Reuse oF Documents ...................................................................................................................10
3.06 Electronic Data ............................................................................................................................ 11
Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ..........................................................................�.,...............,�............. l 1
4.0 t Availability of Lands ..................................................................�.....,......,...,.......,,..................... I I
4.02 Subsurface and Physical Conditions ..............................�..............................................,............ (2
4.03 Differing Subsurface or Physical Conditions ............................................................................. 12
4.04 Underground Facilities .......................................................................... .... ............ ......�...,.... 13
. . .,..
4.05 Reference Points .............................................�..,.....,.....,.........................,..,......,,.......,..,..,......... 1=�
4.06 Hazardous Environmental Condition at Site .............................................................................. 11G
Article 5— Bonds and Insurance ................................................... .................................................. ........ { Ci
5.01 Licensed Sureties and Insurers ................................................................................................... I 6
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 [nsurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities .........................................................................,..,.....,., .,,............19
6.01 Supervision and Superintendence ............................................................................................... 19
CITY dP �OR'i WnRTF[
S'�',4NL�A[�D CONS'TRUC"1'ION SPEC[FCATION DC)CUMEN"IS
Itevisiun: Lk�ember'l l, 2012
6.02 Labor; Working Hours ............ ................................................................................................2C)
....
6.03 Services, Materials, and Equipment ...........................................................................................2U
6.04 Project Schedule .........................................................................�........,..........�................,...........'� I
6.05 Substitutes and "Or-Equals" .......................................................................................................'? I
6.06 Conce►ming Subcontractors, Suppliers, and Others ...................<..,,...,...,........,...........,.....,.........24
6.07 Wage Rates ................................................................................................................. ...�....„...�5
6.08 Patent Fees and Royalties ........................................................................................................... 2(a
6.09 Permits and Utilities ....................................................................................:......�.....,....,.............27
6.10 Laws and Regulations .................................................................................................................27
6.l 1 Taxes .............................................�..,................,.... . .................................. .......................... 2�
6.12 Use of Site and Other Areas .......................................................................................................2#3
6.13 Record Documents .....................................................................r....,.......,,.�....�...................,.,.....2�1
6.14 Safety and Protection .................................�..,...............,...,...,...,....,.......,.....,...,..,.......,............... 2�3
6.15 Safety Representative .......................................>...�..,,..,.............:....................,........................,...3O
6.16 Hazard Communication Programs ....................................................... . ............»...........,.... .3O
6.17 Emergencies and/or Rectitication ...............................................................................:...............:3(}
6.18 Submittals ....................................................................................................................................:i I
6.19 Continuing the Work ...................................................................................................................3�
6.20 Contractar's General Warranty and Guarantee ..........................................................................3�
6.21 Indemnification .........................................................................................................................:�b3
6.22 Delegation of Professional Design Services ............. ............... ...................... ... ..............3�
6.23 Right to Audit ..............................................................................................................................3�
6.24 Nondiscrimination .................... ..... . ................ ,....,..............,............ .,.......,...,...,....,......,. ��
Article7- Other Work at the Site .....................................................................................�..,. ...............,.,,.. �S
7.01 Re(ated Work at Site .................. .............................................................................................35
7.02 Coordination ...............................�...............................,.......,..,...,......... , ....,..,....... . ..........,..3(�
Article 8-City's Responsibilities .....................................................................................................�.............36
8.01 Communications to Contractor ...................................................................................................36
8.02 Furnish Data ................................................:...............................................................................36
8.03 Pay When Due ............................................................................................................................36
8.04 Lands and Easements; Reports and Tests ........................................�.,.................................;.,....36
8.05 Change Orders .................. ...>........ .. ..........,...........,...,.....,...... . .....................,........ ...36
.... ..,. ....
8.06 Inspections, Tests, and Approvals .......................................:...................................................... 36
8.07 Limitations on City's Responsibilities .......................................................................................37
8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37
8.09 Compliance with SaFety Program .............................................. ............. ....................... ...37
Artiele 9- City's Observation Status Uuring Construction ........................................................................... 37
9.Q1 City's Project Representative ...................................... ....,..,........,....... .....,,,,...........,....,,37
9.02 Visits to Site .................................................................................................................... ........... 37
9.03 Authorized Variations in Work ..................................�....,..,.............,.......,,.,...,.,.......,...,...,,.,,,...38
4.04 Rejectin�; Defective Work ........................................................ ..... ........................................ 38
9.05 Determinations for Work Performed ............................................................................»,.,.,.,......38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38
C I'['Y OE Ft�RT �UO['� I"i I
S'1'AIVDAKUC(�)NS"1'RUC'PION SPEC{FCA`l'IC)N DUCU�4F.iV'I�S
Revision: (k�ember2l, 2012
Article 10 - Changes in the Work; Claims; Extra Work ......................:......,,........,.,...,,...,............................. 3�
10.01 Authorized Changes in the Work ................................................................................ ...........:4t�
....
] 0.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Execution of Change Orders ........ . ............................ ............. .,....,.......,.... , ......,.,......,.,.., �i�)
.. . . ...., .. ,
10.04 Ext►•a Work ............................................:...............................,,....,...,..........................,................3�?
10.05 Notification to Surety ..................................................................................................................�3C)
10.06 Contract Claims Process ...:...:.....................................................................................................�40
Article 11 - Cost ofthe Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41
11.0 l Cost of the Work .........................................................................................................................41
11.02 Allowances ..................................................................................................................................43
11.03 Unit Price Work ..........................................................................................................................44
11.04 Plans Quantity Measurement ............................................................. .....................................45
Article l2 - Change of Contract Price; Change of Contract Time .................................................................46
12.01 Change ofContract Price ............................................................................................................46
12.02 Change of Contract Time ......................................................................................... ...........,..47
.....
12.03 Delays ..............................................�,,.,..........,........................................................................,...47
Article I 3- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48
13.01 Notice of Defects ...............................................................................................<.... ...................48
13.02 Access to Work ........................................................................................................................... 48
13.03 Tests and Inspections ..................................................................................................................48
13.04 Uncovering Work ........................................................................................................................49
13.05 City May Stop the Work .........................................................................................»..........,,.,.....49
13A6 Correction or Kemoval of Defective Work ............................. ...............................................SQ
13.07 Correction Period ........................................................................................................................50
13.08 Acceptance of Defective Work ...................................................................................................51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 - Payments to Contraetor and Comp(etion .................................................................................... 52
14.O1 Schedule of Values ...................................................................................................................... 52
14.02 Progress Payrnents ................... . ..............................................................<,...........,...,..,...,...,... 52
(4.03 Contractor's Warranty of'Title ...................................................................................................54
14.04 Partial Utilization ........................................................................................................................ 55
14.05 Final Inspection ..........................................................................................................�................55
14.06 Final Acceptance .........................................................................................................................55
14.07 Final Payment ..............................................................................................................................56
14.08 Final Completion De(ayed and Partial Retainage Release ........................................................56
14.09 Waiver of Claims ........................................................................................................................57
Article 15 - Suspension of Work and Termination .............................................:..........................................57
lSAICity May Suspend Work .......................................................... ...............................................57
....
ISA2 City May Terminate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ........................................ ..............................................60
Artic(e 16 - Dispute Reso(ution ......................................................................................................................61
16.01 Methods and Procedures .............................................................................................................61
C(TY Of �OR`I' WORTE I
S"fANDARD CONS'1'RUC"i'ION SI'[:CIPCA"CIOti DOCtJi�1[iN'I'S
Revision: L]ecemtxr'11.201>_
Article17 — Miscelianeous ..............................................................................................................................52
t7.01 Giving Notice ..............................................................................................................................62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies .................................................................................................................62
17.04 Survival of Obligations ...............................................................................................................63
17.05 Headings ......................................................................................................................................63
cl'1� �r roft�r wo[z�rt [
S'I'ANDAItD CONSTRUC"I70N Sl'FCIFCA"I'lON DOCUf�4ENT5
Revisie�n: [?ec;c�it�er2l, 2G 12
U0 72 00 - I
Gener�l Cundiuons
Page I of'63
ARTICL� 1— D�FINITIQNS AND TERMINOLOGY
1.01 Defined Teyms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular ane� plural thei•eof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in itatics, but not always. When used in a context consistent with
the definition of a listed-defined term, the tei7n sha(1 have a meaning as defined below whether
capitali•r,ed or italicized or otherwise. In addition to terms specitically defined, terms with initial
capital (etters in the Contract Documents inctude refei•ences ko identified articles and paragraphs,
and the titles ofother documents or forms.
L Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. A�plication f'or Payment--The form acceptable to City which is to be «sed by Contractor
during the course of the Work in requesting progress or finat payments and �vhich is to be
accompanied by such supporting dacumentation as is required by the Contract Documents.
4. Asbesto.s—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
5. Award — Authorization by the City Council f'or the City to enter into an Agreement.
6. Bid—The offer or proposal of a Biddei• submitted on the prescribed farin setting forth the
prices for the Work to be performed.
7. Bidder—The individual or entity who submits a Bid direetly to City.
$. 13idding I�ocuments—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bicldrng Reya�aremcnts—The adve��tisement or Invitation to Bid, Cnstruct'rons to Bidders, Bid
security of acceptabte form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day that the City conducts normal business,
geneeally Monday through Friday, except for federal or state holidays observed by the City.
l 1. Batzzsmv — City's on-line, electronic d�cument managernent and collaboration system.
12. Calendar Dcry — A day consisting of 24 hours measured from midnight ta the next midnight.
CI'CY OF POR'P WOR"t'F[
S'[�AN�7ARDCQNS"tRUCTIQN SPFCIPCA'1'[QN DOCUNfENIS
Revision: [ktieml�r21, 2012
00 72 (JO - I
Gcncral Cbnditions
Paige 2 oF 63
13. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
14. Ciry— The City oP 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 behalt; each ot which is required by
Charter to perform specitic duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
15. �'ity Att�rney — The official(y appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. Ciry Council - The duty elected and qualified governing body of the City of Fort Wor�h,
Texas.
17. City Manager� — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contrnct G'laim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Cantract Tirne, or both, or other re[ief with respect to the tenns of the
Contract. A demand for money or services by a third party is not a Contract C.laim.
19. Contract—The entire and integrated rvritten document 6etween the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, �r agreements, whether wt•itten or oral.
2Q. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. C,'nntract Pf•ice—The moneys payable by City to Contractor f'or completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions �f Paragraph 11.03 in the case of Unit Price Work).
22. Contract Time—The nutnber 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. Contr•actor—The individual or entity with whom City has entered into the Agreement.
24. Cost of the Work—See Paragraph 11.01 of these General Conditions fc�r definition.
crr�v or ►�ol��r worz rc �
tiTAN17AfZDCONSTRUC:'I'1{)N SYECIFCAT'fC)N UOCI�NIF"N'fS
f2evi�;ion: Lk�;cmtx�2l..2(712
00 �z co - i
Generul C�onditions
Page 3 oP63
25. Damage Clarrns — A demand For money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26, Day or day — A day, unless otherwise defined, shall mean a Ca(endar Day.
27. Director nf Aviutinn — The c�ffiicially a�pointed f)irector of khe Aviation Department �f the
City of Fo��t Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director� of Park.s and Cc�mmrinity Service,s — The officia(ly appointed Director of khe Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director nf Planning and Developnzent — The ofticially appointed Director of the Planning
and DeveCopment Deparkment of the City of Fort Wo►�th, Texas, or his duly appointed
representative, assistant, or agents.
30. Director of 7rans�ortati��n Public Works — The offcially appointed Director of the
Transportation Pub(ic Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director qf' Water Department — The officia(ly appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drmvings—That part of the Contract Documents prepared or approved by Engineer which
graphica(ty shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defiined.
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 Agreetnent is signed
and delivered by the last of the two parties to sign and deliver.
34. En�dneer^—'1'he licensed professional engineer or engineering fi►�rn registered in the State of
Texas perfoi�rning professional seiwices for• the City.
35. Extra ��ork — Addit'ronal work made necessary by changes or alterations of the Contract
Documents or of quantities or for other t•easons for which no prices are provided in the
Contract Documents. Ext►•a work shall be part of the Work.
36. Field (h•der — A written order issued by City which requires changes in the Worrk but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Bngineer.
Field Orders are paid from Field Order Allowances incoiporated into the Contract by funded
work type at the time of award.
37. Final Accepcance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CI'('Y i)P FO�T WUR"t'H
ST�NUAIZL) CONS'I�[2[ fC'ffON 5PECt�CA"('lnN [7C?t�UiviEN"TS
Rcvision: Ikr�emtxr2l, 2012
OU 72 O0 - 1
Gcneral CondiUuns
1'age 4 of 63
38. Final Irr.rpection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, Fu(ly, entirely, and in
conformance with the Contract Documents.
39. General Requireme�ats—Sections of Division 1 of the Contract Documents.
40. Hazcrrdous Environmental Conditio»—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. Huzcrrdous Waste—Hazardous waste is defined as any solid waste listed as h�uardous or
possesses one or more hazardous characteristics as defined in the federal waste re�ulations,
as amended from time to time.
42. Laws and Regz�lations—Any and all applicable iaws, rules, regutations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Lzens—Charges, security interests, or encum6l•ances upon Project funds, real property, oi•
personal property.
44. Major Item — An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
45. �Liilest�ne—A principal event specified in the Contract Documents re(ating to an intermediate
Contract Time prior to Fina1 Acceptance of the Work.
46. Notice Uf' 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.
47. Notzce to Pr�oceed—A written notice given by City to Contractor fixing the date an 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. Petroleurn—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, fi�el oil, oil sludge, oil refuse, gasotine, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans — See definition of Drawings.
Cf7Y (3F FC)RT LVURTFI
STANt)ARD CONS'['RUC'i'(ON SPF,CIFCAT[ON �OCUMGN"CS
Kevision: C�Z�rnt�r21, 2� 12
00 72 00 - I
Geaer�i Conditions
Pa�c 5 uf 63
51. Project Schedarle—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, deseribing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
52. Project—The Work to be performed under the Contract Documents.
53. Project Representative—The authorized representative of the City who will be assigned to
the Site.
54. Publac 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. Radroactive Male��ral—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. Regzrlar Working Kours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding (egal holidays).
57. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and wt�ich establish the standards by which such
portion ofthe Work will be judged.
58. Schedule of' Sctbmittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of'Values—A schedule, prepai•ed and maintained by Contractar, allocating partions
of the Contract Pt�ice to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Srte—Lands oc areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specrficatior7s--That part of the Contract Docunnents consisting of written requirements for
materials, equiprnent, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedura) matters applicable thereto. Specifications
may be specitically 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. Subcantractor—An inclividual or entity having a direct contract with Contraetor or with any
other Subcontractor for the perfoc�nance oFa part of the Wock at the Site.
C i"CY OF' F( )12' I' 4VOK'CI I
5"CANC7ARDCONSTT2UCTION SP6ClPCA`fl(.)N DOCt1MEMIS
Revisian: (?ciemLx� 2L 2U12
Ut) 72 OU - I
General Conditions
Page b of'b3
63. Submittals—A(I drawings, diagrams, illustrations, schedules, and other data or information
which are speciFcally prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
64. Successfsl l3idcler—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent — The representative oF the Contractor who is avai(able at all times and ablc
to receive instructions fr�m the City and to act for the Contractor.
66. Supplemeniaty Canclitions—That part of the Contract Documents which amends or
supplements these Genera( Conditions.
67. Supplier—A manufact�rrer, fabricator, supp[ier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Undergrozrnd Facilrties—A(1 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 etectricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other (iquids or chemicals, or trafiic or other contra! systems.
69. Unit Price Work—See Paragraph 1 l.03 of these General Conditions for definition.
70. Weekend Working Hours — Hours beginning at 9:Od a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
7I. Work—The entire constrtzction 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 const�•uction
including any Change Ordcr or Fie(d Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. GY��rking Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by th�; City for contract put�poses, in which weaiher 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 haurs between 7 a.m. and 6 p.m.
1..Q2 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Gontract Documents, have the indicated meaning.
B. Intent of Cet7ain Terms or Adjectives:
GITYOF FURi' WOtz'('1i
S'['AM1UARll ('t)NS'1"RUC'1'IQN SPI>C'ifCA'CIC)N [?t)CUi�iEN1S
Revision: l:kccmher 2 i. 2012
00 72 (}0 - I
General Conditions
Page 7 of 63
"The Contract Documents inc(iide the tenns "as allowed," "as approved," "as ordered," "as
directed" or terms of like eff'ect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or dete►tinination of City as to
the Work. It is inCended that such exercise of professional judgment, action, ot• determination
will be solely to evaluate, in general, the Work for comp(iance with the information in the
Contract Documents and with the design concept of the Project as a functioning who(e as
shown �r indicated in the Cantract Documents (unless there is a specii-ic statement indicating
otherwise).
C. Defective:
l. The word "defective," when modiiying 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 requii•ements of any applicable inspection, reference standard, test, or
approva( referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furnrsh, Install, Perform, Provide.�
l. The word "Fumish" or the word "Install" or the word "Perforrn" or the wvrd "Provide" or
the word "Supp(y," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessa�y labor, materials, equipment,
and everything necessa�y to perform the Work indicated, unless specifically limited in the
context used.
E. Un(ess stated otherwise in the Contract Documents,
technical or construction industry or trade meaning
accordance with such recognized meaning.
words or phrases that have a well-known
are used in the Contract Documents in
ARTICLE 2 — PRELIMINARY MATTERS
L►�II
2.02
Copies of'Doctrrrtertts
City shall furnish to Cont►•aclor one ( I) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Dt�awings. Additional copies will be
fiirnished upon request at the cost of reproduction.
Commencement qf �ontract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within l4 days afte�• the Effective Date of the Agreement.
ciTY �m r�>R�r woaTFr
S"l ANL7ARD CUNSI KUC'1'ION SPF:C[FCA"CION DOC[1�1F:N'GS
Rc.vision: Du�m�cr21� 2012
no �z oo - i
General Conciitions
Page 8 of 63
2.03 Stcrrting the Work
Contractor shall start to perform the Work on the date when the Contraet Time commences to eun.
No Work shall be done at the Site priar to the date on which the Contract Time commences to run.
2.04 Before .Starting Constrarction
Baselrne Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.QS Precvnst�•uction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Patblic Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Pubiic Meeting as scheduled by the City.
2.Oi Inrtial Acceptance of'Schedules
No progress payment shall be made to Contractor until acceptable schedules are subrnitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUM�NTS: INTENT, AMF,NDING, R�USE
3.0 ( Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof} to be constructed in accordance with the Contract Documents. Any (abor,
documentation, seivices, materials, or equipment that reasonably may be inferred from the
Contraet Documents or from prevailing custom or trade usage as being required to produce the
indicated result wi(1 be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations ofthe Contract Documents shall be issued by City.
D. The Specitieations may vary in Form, format and style. Some Specifcation sections may be
written in varying degrees of streamlined or declai•ative style and some sections may be
relatively narrative by camparison. Omission of such words and phrases as "the Contractor
shall," "in confortnity with," "as shown," or "as specified" are intentional in strcamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of pravisions
may appear in various parts of a section or ai�ticles within a part depending on the format of the
CITY (�F EC)R"C LV01Z"CFl
S"CANDARllCONS'�2UC'I'IOh SPBCIPCA"C(C3N DOCIJMGN"CS
Revision: Ckccrntxr2l, 2012
007200- t
General Cnnditions
Pagc 9 of G3
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract C(aims.
E. 'I'he 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 Contractoi� shall not rely on
the cross referencing provided and sha(I be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Froject whether or not the crass referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specitications, Cades, Laws, and Re�ulations
Reference to standards, specitications, manuals, or codes of any technical society,
organization, or associati�n, or to Laws or Regulations, whether such reference be specitic or
by implication, shall mean the standard, specitication, 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 rnay be otherwise specificaily stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instn.tction of a
Supplier, shall be effeckive 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 ko assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority t� supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Re��orting and Resolvdng Discrepancies
A. Reporting Uiscrepancies:
1, Contractor's Review �f Contrcrct Documents Bef'ore �Starting Wark: Bef'ore undertaking each
part of the Work, Contractor shall carefulfy study and compare the Conh�act Documents and
check and verify pec�tinent figures therein against all applicable field measurements artd
conditions. Contractor shal) promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which C�ntractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or claritication trom City before proceeding with any Work affected
thereby.
2, Coniructor's Review of Contract Docurnents During Pejfarrrrunce o,�' Work: If, during the
performance oFthe 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, ar code, or (c) any instruction of
any Supplier, then Cantractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CI't'Y OF FOR'I' WOR"CH
4'C'ANDARD C'(�NSTRCiC:1'[ON SPECIfGATI!_lN Up(,,U?vtENTS
Revision: Dacemh,cr21. 2CS12
00 �z ao - i
Gencral Canditions
Page 10 oP63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one oFthe methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any con�lict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractar had actual knowledge thereof.
B. Resolving Discrepancies:
l. Except as may be otherwise specifically stated in the Cantract Documents, the provisions of
the Contract Documents shall take precedence in resotving 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 specifcally
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shatl �;ove�n over sealed dinnensions, Plans shall
govern over Specifications, Supplementary Conditions si�alt govern aver General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposa(.
3.04 Amending and Supplementing Contr•acf 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 C�rder.
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 followin�; ways:
1. A Field �rder;
2. City's review of a Submittal (subject to the provisions of Parag��aph 6. l 8.C); or
3. City's written interprekation or clarification.
3.Q5 Reuse of Llocuments
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquit•e any title ko or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl prepared by c�r bearing the seal of Engineer,
including electronic media editions; or
, 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specifie written
verification or adaptatian by Engineer.
CITY C�F EORT WC)RT[ [
S"1',�itiDARL>CONS"1'RUCTfON S{'ECIFCATION QOCtJfviC-'NTS
Revision: Ckceinher2t.2C)12
o�nao- i
General Conditions
Pagc I 1 of 63
B. The prol�ibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing hereitt shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Dala
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 tnay be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's Buzzsaw site. Files in electronic media
for►nat of text, data, graphics, or other types are ful�nished only for the convenience of the
receiving party. Any conclusion ar information obtained or derived from such eleetronic files
wili be at the user's sole risk. �t'there is a discrepancy between the electronic files and the hard
copies, the hard copies gove►�n.
B, When transferring documents in electronic media format, the transfe►�ring pai�ty makes no
representations as to long term cotnpatibility, usability, or readabi(ity of documents resu(ting
from the use of software application packages, operating systems, or computer hardwa�•e
differing from those used by the data's creator.
ARTICLE 4— AVAiLABILi'I'Y OF LANllS; SUBSUI2FACE AND PHYSICAL CONDITIONS;
NA7ARDOUS ENVIRONMENTAL CONDITiONS; REFERENCE POINTS
4.01 Availabilily ofLands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general appfication but specifically related to use of the Site with which Contractor must comply
in perfonning the Work. City will obtain in a titne(y manner and pay for easements for
permanent structures or permanent changes in existing facilities.
I. 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 schedu(e set forth in the Supplementary Conditions. The Project
Schedule submitted by the Contractor in acc;ordance 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 Sup�lementary Conditions. The Project Schedule suhmitted
by the Contractor in accardance with the Contract Docu►nents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, Ciky shall furnish Contractor with a current statement of record
(egal title and legal descriptial of the lands upon which the Work is to be performed.
c ri Y ot� t c�Err wcmTr �
STANI7ARD CON�"CRUC"1'1QN Sf'F'GPCA'ftON C�OCUMF;NTS
Revision: Tk�cem�r21, 2012
0072t)0- I
Gencral Conditians
Pagc t2af63
C. Contractor shall provide for afl additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Co�rditions
A. Reparts and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Linailed Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy ot' the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Uocuments. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, ar any of their officers,
directors, members, partners, empioyees, agents, consultants, or subcontractors with respect to:
1. the completeness of sueh 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 Cantractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports ar shown or
indicated in such drawings; or
3. any Contractor interpretation of ar conctusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 D ffering Subsurface or� Physzcal Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccu►•ate; or
2. is of such a nature as to reyuire a change in the Contiact Documents; or
3. differs materially from that st�own or indicated in the Cantract Documents; or
4. is of an unusua( 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 WO[�TH
S'I'A:�L7A�D CONSTRUCTfON SPECIF'CA"PION t�OCUME�TS
Revi:>ion: Lkz:ember2l, 2t1;2
OU 72 00 - I
Cenera! Conditions
Page 13 oi'63
then Coatractor shall, peomptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection there�vith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about sueh condition.
B. Pos,sible Price and Time Adjustmenls
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
Contractor knew of the existence of such conditions at the time Contraetor made a final
commitment to City with eespect to Contract Price and Contract Time by the submission oFa
Bid o�• becoming bound under a negotiated cantract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Pacagraph 4.03.A.
4.04 Underground Fncililies
A. Shown or Irrdicated.• 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
informakion and data fi�rnished to City or Engineer by the owners of such Underground
Facilitie5, including City, or by others. Unless it is otherwise expressly provided in the
Supple►nentary Conditions:
l. 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 Docurr►ents;
c. coordination and adjustment of the Work with the ownees of such Underground
Pacilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B, Not Shown or Indicated.•
IP an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
eeasanable accuracy in the Contract Documents, Contractor sha(i, prornpt(y after becoming
aware thereof and before fu��ther disturbing conditions affected thereby or performing any
crty or I�oK�r• wonT�H
S'I'ANI)AItDCONS"CRUC'I'IC)NSP6GFCA"!"tON DC�CUMEN'I'S
Revisiun: I'kt;emt�r21, 2012
o� �z oo - i
General Conditinns
Pagc 14 ��F63
Work in connection therewith (except in an emergency as required by Paragraph G.17,A),
identify the owner of such Underground Faci(ity and give notice to that owner and to City.
City will ►•eview the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contraet Docunnents to reflect and document the
consequences of the existence or tocation of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Ui�derground Facitity,
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to retlect and document such consequences.
3. VeriFcation of existing utilities, structures, and service (ines shal! include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Ref'erence Points
A. City shall provide engineering surveys to establish reference points for coastruction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and uti(ity construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall �nake no
changes or relocations. Contractor shall report to City whenever any reference point or property
tnonument is lost or destroyed or requires relocation because of necessary changes in �rades or
(ocations. The City sha(1 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. Whencver, in the opinion of the City, any reference point or monument has been carelessfy or
willFul(y destroyed, disturbed, or removed by the Contractor or any of his employees, the f'ull
cost for replacing such points plus 25% wi11 be charged against the Contractor, and the full
amount will be deducted it�om payment due the Contractor.
4.06 Hazar�dous F.nviranmental Conc�ition at Site
A. Reports and Drutivings: The Supplementary Canditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Relicznce by Contractor crn Technical Data Authorizecf.� 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 identitled in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, emp(oyees, a�;ents, consultants, or subcontractors with respect to:
the cotnpleteness of such reports and drawings for Contractor's purposes, inctuding, but not
limited to, any aspects of the means, tI10iI10(�S, techniques, sequences and procedures of
cr1-v or r<�a�r wox�r[��
STANUARD C(�NST2UCT[ON SPEC[(CA'I'tC)N DOCI!M[,N'CS
Rea•ision: Ck�:emhr21.2012
007200-I
General Conditions
Pagc I 5 uf 63
construction ta be employed by Contractor and safety pi•ecautions and programs incident
thereto; or
2. other data, internretatians, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Envit�onmental 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. [f Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmentai Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in eonnection 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 rekain a quaEified expert to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Work in connectian with such condition or in any
affected area until after City has obtained any required pertnits re(ated thereto and de(ivered
written notice to Contractor: (i) specif'ying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) speciFying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable beliei it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the porkion of the Work that is in the area affected by such
condition to be deleted from the Woyk. City may have such de(eted portion of the Work
performed by City s own forces or others.
G. To the_fullest extent permilted by Lcrws and Regulatio�ts, Contracto�� shall rndernnify and hold
ha�•mCess Crry, from und against crll cCaijns, cosLs, losses, and dcyrrtages (includirtg but not limited
to al! fees ancf eharg�s of engineer•,s, architects, attot�neys, und other pr^ofessionals unc! all cozn�t
or af�bitratiovt or other drspute resolution costs) arrsing otrt �f or relating to a flazardous
L'nvironme�rtal Condrtion created by Contructor of• by unyane ,for whom Contf•crctor is
re,spon,sible. Nolhirrg in this Prrrcrgr•aph 4.06.G shall obligate Contractor to indemnify any
indivic�ual of� entiry ,f'r�om and agaznst the consequences af' thut individual's vr entity's own
neglrgence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazacdous Environmental
Condition uncovei•ed or revealed at the Site.
CITX �I' PORT WORTt�f
S"t'ANUARDCONSTRUCTION S1�I3CII�CA"I'ION DOCIJivtl�?NTS
It�vision: Ckx�mber � l. 2U 12
C10'/2 UO • I
General ('onditinns
Pagc 16 of 63
ARTICLE 5— BONDS AND INSURAIYCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety anef insurance companies sha(( also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Puyment, and Maintenance Bond,s
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful perfornnance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor sha(( 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 shail remain in effect for t�vo (2) years after the date of Fina!
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 shaIl be executed by such sureties as are named in the list
of "Companies Holdin� Certificates of Authority as Acceptable Sureties on Federa) Bonds and
as Acceptab(e Reinsut�ing Companies" as pu6lished in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated pawer of attorney
which shal! show that it is et�ective on the date the agent or attorney-in-fact signed each bond.
D. If the surety an any bond furnished by Contractor is dec(ared bankrupt or beccnnes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the reyuirements 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 �vhich shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certiftcutes �f Insurance
Contractor sha(1 deliver to City, with copies ta each additional insured and loss payee identified in
the Suppiemeqtary Conditions, certiticates of insurance (and other evidence of insurance requested
by City or any other additional insured) which Contt•actor 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 liabi(ity policies.
CITY C�F fORT WORTtI
S'C�INDARD CONS"Cl2UCfION SPECIFCA"CION DOCC�h4ENTS
Revision: [k�emt�,r21� 2(112
U0 72 ()() - I
Gcncral C:�nditi�ns
Fage 17 oP63
2. The Contractor's generai liability insurance shall include a, "per projecY' or "per location",
endorsetnent, which shall be identified in the certificate of insurance provided to the City.
The certificate shall be signed by an agenk authorized to bind cove�•age on behalf of the
insut•ed, be complete in its entirety, and show cotnplete insu►•ance carrier names as (isted in
the current A.M. Best Propei�ty & Casualty Guide
4. The insurers for all policies must be licensed andJor approved to do business in the State of
Texas. Except for workers' compensation, a11 insurers must have a minimum rating of A-:
V[1 in the current A. M. Best Key Rating Guide or have reasonably equiva(ent financial
strength and solvency to the satisfaction of Risk Management. [f the rating is be(ow that
required, written approval ofCity is required.
5. A11 applicable policies shall include a Waiver of' Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive ali rights of' subrobation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certifieates oc other evidence of full compliance with the
insurance requirements or failw•e of the City to identify a deficiency from evidence that is
provided shall ttot be construed as a waiver of Contractor's obligation to tnaintain such lines
of insurance coverage.
7. If insarance po(icies are not written for specified coverage lim'rts, an Umbrella or F.xcess
Liability insurance for any differences is required. Excess Liability sha(1 fo(low 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-rnade and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years tolio�ving 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 e►ldorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the li►nits of said covei•age unless st�ch 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 oc 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 foc• such additional coverage plus l0%.
10. Any self-insured retention (SIR), in excess of $25,000.00, aFfecting requirecf insurance
coverage sha(( be approved by the City in regards to asset value and stockholders' equity. In
Cl'1'Y OE I�ORT WOR'Cl�t
STANDARD CONS"I'RUCTfC)N SVEC[FC'r�'I'ION DOCUMF•.'�`T'S
Revisio�t; �kcember2l. 2(}12
oonoo-i
Cieneral Conditions
Page I 8 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
t 1. Any deducti6le in excess of $S,OQ0.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptab(e 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. 'I'he City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
13. City shall be entitled, upon written request attd without expense, to receive copies of policies
and endorsements thereta and may make any reasonable requests for deletion or revision or
modifications oF particular policy terms, conditions, limitations, or exclusions necessa�y to
conform the po(icy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shaU not be required where poiicy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsibie far the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contractor•'s Insurance
A. Workers Compensation and Employers' Liabiliry. Contractor shal( purchase and maintain sueh
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liabi2ity as is appropriate for the Work being performed and as will provide
protection from claims set forth beiow which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be perfarmed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any ofthem may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benetit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death oF
Contractor's employees.
B. Cammercial Ueneral Liability. Covera�;e shall inctude but not be (imited to covering liabiiity
(bodily injury or property damage) arising from: premises/operations, independent contract�rs,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an accurrence basis, and as comprehensive as the c��rrent insurance Services
Offiee (ISO) policy. This insurance sha(I apply as primary insurance with respect to any other
CCI'Y OI� POR'(' WOR'Ct!
STAi�JnARI� CONS'PRUCTI(�N SPEC(FCA"IIO'J DOCUtvt[:N'1'S
f�cvision: fkremtzr21,1.01"Z
ao n oo-i
Gener�( Canditions
Yage 19 of'63
insurance or self=insurance programs afforded to the City, The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, persona) injury, ar advertising injury, which are
norma(ly contained with the policy, untess 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 tess than
three (3) years following the completion of the project (if identifted in the Supplementary
Conditions).
C. Aartomobrle Liability. A commercia( business auto policy shal( provide coverage oil "any auto",
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily inj«ry or death of any pe�son 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 thern to perforrn any of the Work, or by anyone
for whose acts any oFthem may be liable.
D. Railroad Protective Liabiliry. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shatl comply with the requirements identified in the
Supplementary Conditions.
E. Notification of'Policy Cancellatia�.• Contractor shall immediately notify City upon cancel[ation
or other (oss of ins�n•ance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit fo►• days not worked pursuant to this section.
5.05 ,4cceptance of Bor�cls und InszrrUnce; Opiion to Replace
if City has any objectian ta the coverage atforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with A►�ticle 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certiticates (or other evidence requested). Contractor
shall provide to the City such additional information in respect of insurance provided as the City may
ceasonably request. If Contractor does not puurchase or maintain all oF the bonds and insurance
required by the Contract Documents, the City shall notify the Contractor in wz•iting of such failure
prior to the start of the Work, ai• oP such failure to maintain prior to any change in the required
coverage.
ARTICLE 6 — COi�iT12ACTOR'S RCSPONSIBILITLES
6.01 Super•vision and Sarperintendence
A. Contractor shall supervise, inspect, and direct the Work cotnpetetttly and efficiently, devoting
such attention thereto and applying such skilEs and expertise as may be necessary to perform the
Work in accordance with the Contract Doc�iments. Contractar sha(l be so(ely ►•espansible for the
means, methods, techniques, sequences, and procedut•es ofconstruction.
caTY or roa�r wo�T�t
S"I'ANCIAR[� CONS'I'RUC'f10N SPLiCi1�CAl'[O*4 DOCIIMFNTS
l2evisior: I�emt�r21, 2012
oon«o-i
Genertil Conditions
Page 2(7 ot'6:S
B. At all times dui•ing the progress of the Work, Contractor sha(t assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Super�intendent will be Contraetor's representative at the Site and shall have authority to act on
beha(f 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 dui•ing the sequence of
construction.
6.02 Lubvr; Working Hours
A. Contractor shal( provide competent, suitably qualified personnel to perform const►uction as
reauired by the Contract Docutnents. 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 perforened during,fZegular Working Hours. Contractor will not permit the
perfarmance of Work beyond Regular Warking Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by fetter or
electronic communication) to perform V1�ork;
l. for beyond Regular Working Hours request must be made by noon at least two (2} F3usiness
Days prior
2. fol• Weekend Working Hours request must be made by noon ofthe preceding Thursday
3. for Iegat holidays request must be made by noon two Business Days prior to the le�;al
holiday.
6.03 Services, Materials, and Equipment
A. Unless �ther4vise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for a[1 services, materials, equipment, Iabor, transportation, construction equipment
and machinery, tools, app(iances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contract�r required lesting, start-up, and completion of the Work,
B, Al( materials and equipment incorporated into the Work shall be as specifted or, if not speeified,
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 sha(l furnish satisfactory evidence {including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CI'I'YOI� EOR"I'4�/OR'P[1
S'I't\NDARDCONS"CRUCTt(7N SPE.C'II'CATfON DOCUMEN('S
Revisivn: Daember2l, 2O12
00 7z oc; - �
Gencral C:onditions
Pnge 2 ( uf 63
C. A(1 materials and equipment to be incorporated into the Wark 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.
ll. A(1 items of standard equipment to be incorporated into the Work shall be the latest mode( at the
time of bid, unless otherwise specified.
6.04 Pr•oject Schedule
A. Contractor shall adhere to the Project Schedule established in aceordance with Paragraph 2.07
and the General Reyuirements as it may be adjusted from time to time as provided below.
I. Cont►•actor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedu(e that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
Genera( Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedute with a monthly progress payment
far the duration �f the Contract in accordance with the schedule specitication Ol 32 t6.
Proposed adjustments in the Project Schedule that will change the Contract Time shal) be
subrnitted in accordance with the �•equirements of Article 12. Adjustments in Contract Time
may on(y be made by a Change Order.
6.05 Sz.rbstitutes and "Or-Equnls "
A. Whenever an item of material or equipment is specified ar described in the Contract Documents
by using the name of a proprietary item or the name of a particular Su�plier�, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or-equal" item or no substitution is permitted, other items of material ot� ec�uiptnent of other
Suppliers may be submitted to City for review under the c'rrcumstances described below.
1. "Ch--Equnl" Item,s: If in City's sole discretion an item of material or equipment proposed by
ConCractor is functionally equal to that named and sufficient(y similar so that no change in
related Work will be rec�uired, 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 cotnpliance with some or all of the requirements for approval of
proposed substitute items. Fac the purposes of this Paragraph 6.05.A.I, a proposed item of
material or equipment will be considered functionally equal to an item so named iC
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
5tren�th, and design characteristics;
crry or roK�r woRTx
S"C�INDARDCOi�'S7�fiUC"IlON 5N6CIPCATION �}OCUMENTS
Revitiiun: L��e�nLxr21, 2012
oonoo-i
General Conditions
Page'?2 of�b3
2) it will reliably perform at least equalty 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. Contracror certifies that, if appr•oved and incorporated into the Work:
L) there will be no increase in cost to the City or inerease in Contract'I'ime; and
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contcactot• does
not qua(ify as an "or-equal" item under Paragraph 6.OS.A.t, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentia(ly 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 O l 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequate(y the functions and achieve the results called for by the general
design;
b) be similar in substance to that specitied;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use oi'the proposed substitute item will prejudice
Contractor's ac}�ievement of final completion on time;
b) whether use oCthe proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisians of any other direct contract
with City for other work on the Project) to adapt the design ta the proposed
substitute item;
C1i'Y UF FOItT WOIt"Tf l
S'1'AtJDARll CONS"CRUC'1'ION SPECIFCA"P[ON DOCUN1ftNTS
Kev ision: Ik�;emher2l, 2{} ��
00 �z oo - r
C;eneral Conditinns
Pa�c 23 of 53
c) whether incoiporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fe� or royalty; and
3) wil( ideniify:
a) all variations of tlle proposed substitute item from that specitied;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of ail costs or credits that will result directly or
indirect(y from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Constra�ction Methods c�r Pr•ocec�ures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may fi�rnish or utilize a substitute rneans, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufticient information to al(ow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contract�r shall make written application to City for
review in the same manner as those provided in Paragraph 6.OS.A.2.
C. Ciry's Evaluation: City will be al(owed 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 additiona( data about the proposed substitute. City witl be the sole judge of
acceptability. No "oc-equal" or substitute will be ordered, installed or utilized untii City's review
is complete, which �vi(1 be evidenced by a Change Order in the case of a substitute and an
accepted Subtnittal for an "or-equat." City will advise Contractor in writing of its determination.
D. Special Gararantee: City may require Contractor to furnish at Contractor's expense a specia(
performance guarantee, warranty, or other surety with respect to any substitute. C'ontractor shall
indemn� and hr�ld har�mles.s City and' anyone �lirectly o�• i�directly empXoyed by them fi•orn anc�
agcrir�st any and all clnirns, dar��ages, losses and ex�en.ses (ineluding czttorneys fees) arising oz�l
qf �lhe use ofsufistitarted materials or equinment.
E. City's C'osl Reimbarrsenzent: City will record City's costs in evaluatrttg a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.QS.B. Whether or not City
approves a substitute so proposed or submitted by Contractoi•, Contractor may be required to
reimburse City for eva(uating each such propased substitute. Contractor may also be required to
reimburse City for the charges f'or making changes in the Contract Documents (or in the
provisions of any other direct contract with City) resulting from the acceptance of each proposed
substitttte.
F, Contructor's Expense: Contractar shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CiT"Y UF FOIL"i' WC)K'1'H
5'I'AN�A2DL'ONSTRUC:'T'(Oh SPL:CIrC!1T10N DOCUtv1EN'!�S
Revision: Ik�centher2l. 2D 12
0072GO-t
General Conditions
Paae 24 of63
G. L"ity Substitute Reinabuf:sement: Costs (savings or char�ges) attributable to aceeptance of a
substitute shall be incorporated to the Contract by Change Order.
H, Time Extensinns: No additional time will be granted for substitutions.
6.06 Cancerning Subcontractnrs, Suppliers, and Others
A. Contractor sha(1 perf�rm �vith his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shatl not employ any Subcontractor, Supplier, or other individual or entity, whetheT•
initially or as a replacement, against whotn City may have reasonable objection. Contractar shall
not be rec�uired to c;mploy any Subcantractor, Supplier, or other individual or entity to furnish ar
perfoi7n any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Faragraph 6.06.C},
C. The City may from time to Cime 1•equire the use of certain Subcontractors, Suppliers, or othei•
individuals or entities on the project, and will provide such requirements in the Supp(ementary
Conditions.
D. B�ssiness Diver�sity Entefprise l�rdinance CompCiance: It is City policy to ensure the full and
equitable pai�ticipation by Nlinority and Small Business Enterprises (MBE)(SBE) in the
procurement of goads and services on a contractual basis. If the Contract Documents provide for
a MBE and/or SBE �oal, Contractor is required ta comply with the intent of the City's Busincss
Diversity Ordinance (as amended) by the following:
l. Contractor shall, upon request by the City, provicle complete and accurate information
regarding actual work perfonned by a MBE and/or SBF on the Contract and payment
therefor.
2. Contractor wi(1 not make additions, deletions, oc substitutions of accepted MBE withaut
written consent of the City. Any unjustified change or de(etion shal( 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 exa►nination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MB� and/or SBE. Material misrepresentation of any nature may be grounds
for termination of the Contract in accordance with Paragc•aph 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 f'ully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals �r entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
crrY or- cf�[z�r wo2�rFi
S"I�Ah�OARI�)C(]NS"1"RUCTfON SPEC1FCr1'I`({)N I)O("UMGN"I�S
Rcvision: [kti;cfir.trer?.I, 2U 12
00 �z oo - i
Ueneral Cunditions
Page 25 oC63
1. shall ereate for the benefit of any such Subcontracto►•, Supplier, or other individua! or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2, shall create any ob(igation on the part of City to pay or to see to the payment of any maneys
due any such Subcontractor, Supplier, oi• other individual or entity except as may otherwise
be required by [,aws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work af
S�tbconti•actors, Supp(iers, and other individi�afs or entities perfo�ming or• furnishing any of the
Work under a direct or indirect contract with Contractar.
G. Afl Subcontractors, Suppliers, and such other individuals or entities performing or f'urnishing any
oFthe Work shall communicate with City through Contractor.
Ei. All Wark performed for Contractor by a Subcontractor or Supplier will be pursiiant to an
appropriate agreement between Contractor and the Subcontractor or Supp(ier which specitically
binds the Subcontractor or Supplier to the applicabl� terms and conditions of the Contract
Documents for the benefit of City.
b.07 Wcrge Rates
A. D:�ry to pay Prevailing Wage Rutes. The Contractor sflall comply with all reyuirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not (ess than the
rates deterrnined 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. Penally,for Violatioj7. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or pa��t of the day that the worker is paid (ess than the prevailing wage rates
stipulated in these contract documents. This penal[y shall be retained by the City to offset its
adininistrative costs, pursuant to Texas Government Code 2258.023.
C, Complaints qf G'rolatrons nnd City Determinution qf Good Cause. On receipt of intormation,
including a complaint by a worker, concerning an aUeged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
deter�nination, before the 31st 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
Cont�actor or Subcontractor and any affected worker of its initiai 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 fufi 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 fi•om successive pi•ogi•ess payments pending a final determination of the
violation.
CPI�Y O[� FORT WOR'I'H
STr1NDARD CONS'I'RUC'I'I(.�N SPfiC1FCA'1'((7N UOCUMEti'('S
Rcvision: Ckx•ember2l, 2012
t)0 72 00 - 1
Ciencral Corrditions
Page 26 oF63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged vio(ation of
Section 2258A23, Texas Govecnment Code, including a penalty owed to the City or an affected
worker, shal( be submitted to binding arbitration in accordance with the Texas General
Arbitratian Act {Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any oF the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on al[ parties and may be enforced in any court of competent jurisdiction.
E. Rec�rd.s to be Mcrintainecl. The Contractor and each Subcontractor sha([, for a period of three {3)
years fol(owing the daie of acceptance oF the work, maintain ree�rds that show (i) the name and
occupation of each wo►•ker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem �vages paid to eaeh worker. The records shail be
apen at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shal( pertain to this inspection.
F. Progress Puyrnents. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Cornpliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent I ees and RayaCties
A. Contractor shall pay all license fees and royaIties and assume atl costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, clesign, process,
praduct, 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 perfonnance of the Work and if, to the actual knowiedge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty to others, the
eYistence of such rights shall be disclosed by City in the Cantract Dacuments. Failure of the City
to disclose such information does not relieve the Contractor from its ob(igations to pay for the
use of said fees or royalties to others.
B. Tn the fx{crest extent perniitted by Lcnvs and Regulations, Contrcrcior shall indemnify and hold
harmless Ciry,,frvnz and against all claims, costs, losses, and damages (including btst not limited
to all fees and charges of engineers, architects, attorneys, a3�d other pr�fessivnuls and all cour�t
vr a��hitration or other dispute resolartion costs) arising out of or relating lo uny infringement qf
patent rzghts or copyrights inciclent to the arse in the petf��rmance of'the Work ar resulting from
crry at� ��caEz r wor: rH
STINUARD CONS"1'RUC'PION SPECI[�CA"C[ON DOGUMENTS
Revision: Uecemher2l, 2012
00 �z oo - i
General Cnnditians
Pa�;c 27 of 63
the incorporatron in the Work vf'any invention, design, process, �7YOCtZ[CI, or device nvt specified
in !he Contruct Dvcuments.
6.09 Permits anc� fJtililies
A. Contractor ohlained permits and license,s. Contractor shall obtain and pay for all eonstruction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such pe��rnits and (icenses.
Contractor shal( pay a(I governmenta) charges and inspection fees necessary for the prosecution
of the Work which are applicable at the time of opening of Bids, ot•, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in C.09.B.
City shal( pay all charges of utility owners for connections for providing per►nanent service to the
Work.
B. City obtained permits and lice�rses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Cotttractor's
responsibility to carry out the provisions of the permit. [f the Contractor initiates chaages to the
Contract and the City approves the changes, the Contractor is resp�nsible for obtaining
clearances anc3 coordinating with the appropriate regulatory agency. '1'he City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired pcnnit. The
fol(owing are perrnits the City will obtain if required:
l. Texas Departrnent of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Envi�•onmental Quality Permits
4. Railroad Company Permits
C. vutstanding permits and dicenses. The City anticipates acquisition of and/or access to permits
and [icenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Condrtions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Lcnvs and Regulations
A. Contractor shall give all notices reauired by and shall camp(y with all Laws and Regulations
applicable to the performance of the Work. Except where othettivise expressly required by
applicable Laws and Regulations, the City shalt not be responsible for monitaring Contractor's
compliance with any Laws or Regulations.
B. If Contractor pei•f'orms any Work knowing or having reasan to know that it is contrary to Laws or
Regulations, Contractor shall bear all clain�s, costs, losses, and daiiiages (includiug but n�t
limited to all fees and char�;es of engineers, architects, attorneys, and other professiona(s and all
CI"fY OE FOR'1' WOR"Ct!
ti'I'ANDAf7U CC7NS"Cl2UC'f[ON Sk'I�CITCAT[ON Dt)C'UN1EN'CS
Revision: L7e:ember2l, 2012
00 7z oa - i
Cieneral Condi[ions
Page 28 af 63
cout�t or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contract�r 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 af the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6. (1 Tcrxes
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 Contraetor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this cantract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Cotnptroller's Ruling .007. Any such exemption
certifcate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .01 l, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter N.
B. Texas Tax permits and information may be obtained from:
I. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Lzmitatron an Use of �S'ite and Other Areas:
Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encutttber the Site and other areas with canstruction equipment or
other materials or equiptnent. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjaeent land or areas
resulting from the performance ofthe Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of=way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on �vhich operations are in progress before work is commenced on any additional
area of the Site.
cl�� or roui� woxTf t
STs�iv'DARD CONS'I'RU('"I'(ON SPECIFC:A"TION 170CtJMF.NTS
Revision: (k�emt�r21, 2()12
00 72 UU - I
Generat Conditicros
Pt�ge 29 of ti3
3. Should any Damage Claim be mad� by any such owne�• or occupant because of the
perfot7nance of the Work, Contractor shall prompt(y attempt to resolve the Damage Claim.
4, Pursuant to Paragraph 6.21, Conlractor shcrll indemnify and hold harmless Cicy, fr�onr unc�
ugainst all claims, cosl,s, los,ses, and darrtages arising oart of� or relating to any cluirn or
actron, legal or equitable, brought hy uny such owner or occt�pant against Ciry.
B. Removal qf Debris During Perfc�rmance qf the iT�ork: During the pragress oP the Work
Contractor shall keep the Site and other areas fi�ee from accumu(ations of waste materials,
nibbish, and other debris. Removal and disposal ofi such waste materials, rubbish, and other
debris shaf( conform to applicable Laws and Regulations.
C. Sile ILiaintenu»ce Clear�irr�• 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor
fails to correct the unsatisfactory procedure, the City may take such direct action as the City
deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written
notice (by letter or electronic communication), and the costs of such direct action, p(us 25 °/a of
such costs, shal I be deducted from the monies due or to become due to the Contractor.
D. FinaC Site Cleaning: Priar ta Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor sh'all remove fi•om the Site all tools, appliances, construction equipment
and machinety, and surptus materials and shall restore to original condition or better all property
disturbed by the Work.
E. I.oading Structures: Cont�actor shall not (oad nor permit any part of any structure to be loaded
in any manner that wilC endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
b.13 Record Documenls
A. Contractor shall maintain in a saf'e place at the Site or in a place designated by the Contractor and
approved by the City, one (t) record copy of all Drawings, Specificatians, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and 5ubtnittals wil( be delivered to City prior to Final Inspection. Contractor shall include
accuc•ate locations for bttried and imbedded items.
6. ( �l Safety and Protection
A. Contractor shalI be so(ely responsible for initiating, maintaining and supervising all safety
precautions and prograrns it1 connection with the Work. Such responsibility does not relieve
5ubcontractors ot'their responsibility for the satety of persons or property in the performance of
their work, nor For eompliance with applicable safety Laws and Regulations. Contractor shall
CIl'Y O[' FOK'f WORTH
S'17WC)ARD COtiS'CRUC'I1�7N SPF;C(f�CA'['tON DOCU�iI:NTS
Revis ior: ChxcKntxr 21, '2U 12
00 �2 cri� - i
Genere! C:nnditions
Pagc 3U ai 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1, all persans on the Site or who may be affected by the Work;
2. all the Wvrk and materials and equipment to be incorpoiated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, inctuding t�•ees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facil'rties not designated for
removat, retocation, 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. Contt•actor shalt
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 connpty with the applicable requirements of City's safety progra�ns, if any.
D. Contractor shall inform City af the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must coroply while at the Site.
E. All dama�;e, injury, or loss to any praperty referred to in Paragraph 6.14.A.2 or 6.t4.A.3 caused,
directiy 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 perf��rm any of the
Work, or anyone for whose acts any of them may 6e liable, sha(1 be remedied by Contractor.
F. Contractor's duties and responsibilities far safety and for protection of the Work shall continue
until such time as alI the Work is completed and City has accepted the Work.
6.15 Saf'ety Repres�entatrve
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Comrmrnication P�•ogrums
Contractor shall be responsible for eQordinating any exchange of material safety data sheets or other
hazard communication information required t� be made available to or exchanged between or among
employers itt accordance with Laws oz• Regulations.
6.1'7 Emergencie.s ancU�r Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligatcd to act to prevent threatened damagc, injuiy, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CI'CY Of FOR'I' WOR"CEi
STANDARDCONSTRUCTIOti 5PF.Cf�CAT10N DOCUMEN"GS
Kevision: C7cz:emh:r21. 2012
00 72 OU - i
Gener�I Cundilions
Page 3 I of b3
changes in the Work or variations fram the Contract Dacuments have been caused thereby ar are
required as a resi�lt thereof. If City determines that a change in the Contract Documents is
required beca«se of the action taken by Contractor in response to such an emergency, a Change
Order may be issued,
B. Should the Contract<>r fail to respond to a request ti•om the City to rectify any disc►•epancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed,
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fiilfilE this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shal( deduet an amount equal to the entire costs for sueh remedial action, ptus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Sub�nittads
A. Coni►actor sha(1 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. S�ibmit number of copies specitied in the General Requirements.
2, Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design eriteria, materials, and simi(ar 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.
Subm'rttals submitted as herein provided
conformance with the design concept shall
Documents unless othe��wise required by City,
by Contractor and reviewed by City f�r
be executed in confonnity with the Contract
4. When S�ibmittals are submitted for the purpose of showing the installation in �reater detail,
their review shall noC excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to cond«ct review or
take responsive actian may be so identified in the Contract Documents.
6. Submit required number oFSamples specitied in the Specifications.
7. C[early identify each Samp(e as to materia(, Supplier, pertinent data such as catalo� numbers,
the use for which intended and other data as City may require to enable City to review the
submitta( for the limited purposes required by Paragraph 6.18.C.
c�� or ra��r woRri i
S'('ANC)ARt� COMSTRUC�TIOh' SPECIFCA"CIC)N DC)CUMI?N'I'S
Revision: [7c�ember? I, 2U 12
oonuo-i
Gencra) Conditions
Pr�gc 32 oC63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work pecformed prior to City's review and acceptance of the pertinent subtnittal will be
at the sole expense and responsibility of Contractor.
C. Clty's Review:
City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittais will, after installation or incorporation in the Work, canfor►n
to the info►mation given in the Contract Documents and be compatible with the design
concept of the completed Project as a funetioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construetion {except where a pa��ticular means, method, technique, sequence,
or procedure af construction is specitically and expressly catled for by the Contract
Docutnents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approva( of the assembly in which the item
tunctions.
City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Cantract Documents unless Contractor has compfied
with the requirements of Section O1 33 00 and City has given written acceptance of each
such variation by specitic written notation thereof incorporated in or accompanying the
Submittal. City s review and acceptance shall not relieve Contractor fi•om r•esponsibility for
complying with the requirements of the Contract Documents.
6.19 Continurng the Wvrk
Excepk as otherwise provided, Contractor shall carry on the Wvrk and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shal( be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contr�actor .s Gener•al Warranty and Civarantee
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,
emplayees, agents, consultants, and subcontractors sha(1 be entitled to rely on representakion of
Contractor's wairanty and guarantee.
B. Contractar's warranty and guarantee hereunder excludes defects or dama�;e caused by:
1. abuse, moditication, oz� improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity far whom Contractor is
responsib(e; or
crry or rc�a�r Eur�R���t i
S"l'ANC)ARD CONS`CRUC'i'ION SPECtFCATfON f)f)CUMFNTS
Revisi�m �. [7� c�nher 2 ), 2012
CO 72 (i0 - I
Gcnera! Conditions
Puge )3 ofti3
2. normal wear and tear under norma( usage.
C, Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents sha(( be absolute. None of the Following will constitute an acceptance of Work that is
nat in accordance with the Contract Documents or a release of Contractor's obligatian to perform
the Work in accordance with the Contract Documents:
l, observations by City;
2. recommendation or payment by City of any progress or tinal payment;
3. the issuance of a certificate of Finaf Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of def'ective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefi�om which shall appear within a period of two (2) years
from the date of Final Aeceptance of the Work unless a longer period is specified and shalt
furnish a�;ood and sufficient maintenance bond, complying with the requirements of Article
5.02.8. The City wilt give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its ofiicers, agents, em�loyees, subcontractors, licenses or invitees under this
Contract. THIS IND + MNIFiC'ATION PROVI ION I PE IFI ALLY INTEND D TO
QPERATE AND B� EFFE TIVC + VEN IF IT I ALLE ED �R PROVFN THAT ALi
OR SOMF OF THT DAMA 'E SEIN ' SO GHT WFR � A D IN WHOLE OR IN
�'ART BY ANY A T OMI ION OR .T iGFN E OF THE ITY. 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 oFactions.
B. Contractor covenants and agrees to indemnify and hold harmtess, at its own expense, the
City, its officers, servants and employees, from and against any and alt 'loss, damage or
destruction of property of the City, arising out of, or a(leged to arise out of, the work and
services to be performed by tlie Contractar, its officers, ageuts, en�ployees, subcontractors,
licensees or invitees under this Contracfi. THIS INDEMNIFICr�TION PROVI ION 1�
c��� or- roR r wor�TH
S'T"ANDAIif.)COiV5"I'RUG'I'IOiJ tiPF.C1FCATt(7N DOCUMENTS
Revisit�n: Iktrniber2l, 2(? I 2
o« �2 00 - i
Genernl CondiUons
Pa��;e 34 of (3
' � \1 1 � 1' '' .\1 ' ► L_\
i �: ':� / \ .: �: IU � . 1:\/• : \ � .
�/ � . � L � 1 ' \ ' . ' _ � :, ►L 1 '
► ► ! .
6.22 Delegation qf Professional Design Services
A. Contractor will not be required to provide protessional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for conskruction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional re(ated to systems,
materials ar equipment are specifical(y required of Contractor by the Contraet Documents, City
v��il( 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 prafessional, whose
signature and seal shall appear on all drawings, calculations, specitications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certitied by
such professional, if prepared by others, shall bear such professional's written approva( when
submitted to City.
C. City shall be entitled to rety upon the adequacy, accuracy and co►npleteness 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 calculat'rons and design
drawings wilt be only for the limited purpose of checking for conformance with performance and
design c�•iteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals {except design catculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to At�dit
A. The Contractor agrees that the City shall, until the expiration of three {3) years after tinal
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 Re�ular Working Hours
to all necessary Cantractor 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 etfect 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 exannine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, invo(ving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
crr�r or ro�z�r woa�rFi
STAND�I2D CONSTRUCC[ON SPEC[FC`AT(t)N [7t}CIJMGN'!'S
Revision: I�•c;c,�rnFzT'L I, 2012
i)O 72 (1U - I
Ucner�l Conditions
Page 3S ot 53
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Para�raph. The City shall give
Subcontractor reasonab(e advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nandiscriminatiov�
A. 'I'he City is responsible tor operating Public Transpo��tation Programs and implementing transit-
re(ated projects, which are funded in pai�t with Federal tinancial assistance awarded by the U.S.
Department of Transportation and the FederaE Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title [�I, Civil Rights Act of 196� us a»rended: Contractor shall comply with the requirements of
the Act and the Regulations as further definecf in the Supplementary Conditions for any pr�ject
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other wor]< relatecf to the Project at the Site with City's employees, o►• other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. IF such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is �erforming other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonab(e opportunity for the
introduction and storage of rnaterials and equipment and the execution of such other work, and
properly coordinate the Work �vith theirs. Cantractor shall do all cutting, fitting, and patching of
the Work that may be rec�uired to properly connect or otherwise make its several parts come
together and properly integrate with such oth�;r work. Contractor shall not endanger any work of
others by cutt'rng, eYcavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any pai�t of Contractor's Work depends upon work pei-Formed
by others under this Article 7, Contractor shall inspect such othet• work and promptly report to
City in writing any delays, defects, or deficiencies in such othei• work that render it unavailab(e
or unsuitabfe for the proper execution and results of Contractor's Work. Contractor's failure to so
repo►�t will constitute an acceptance of such other woi•k as tit and proper for integration with
Contractar's Woi•l� except for latent defects in the wark provided by others.
ciTrr or roxT wokrx
5"I'ANDA[tDC(.)NS'1'RUCC(ON SPFC[FC:ATION DOCUMEN"CS
Revisii�n, Ck•c;emtwr2l, 2012
aa �z or� - i
(iencral <:nnditions
Page 36 of 6�
7.02 Co�rdinativn
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibi(ity will be itemized; and
3. the extent of such authority and responsibilities vvill be provided.
B. Uttless otherwise provided in the Supplementary Conditions, City shall have authority far such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Com►nunicairons to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all c�mmunications
to Contractor.
8.02 Furnish I�ata
City shall titnely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands anc� Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.Q I and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of expiorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsu►•face
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change C1rdeYs
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tesls, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
l 3.03.
erry or• roxT wo�Ti i
STANDACLD CONS"I�RUC"CION SPECfF'C/�'flOi�! i�QCUM[�N"IS
itevisicm: [7Ecemt�r21, 2Q12
t�o n oo - �
Gencr�l Conditions
Page 37 ot 63
ci.i%%
8.08
8.{)9
Limitations on C�ty's Responsibilitie,s
A, The City shall not supervise, direct, or have ccmtrol or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident the�•eCo, oe for any failure of Contractor to comply with Laws
and Regulations app(icab(e to the performance of the Work. City will not be responsible for
Contractor's fiailure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractoi• of applicable safety plans pursuant to Paragraph 6.14.
Undi,SClOse�l Huzardous Environrnental Cvndition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set foi�th
in Paragraph 4.06.
Contpliance wilh Sc�fety Program
While at the Site, City's employees and representatives shall cornply with the specitic applicable
1•equirements of Contractoi•'s safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OI3SERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Represenlative
City will �rovide on� or more Project Representative(s) during the construction period. The duties
and responsibilities and the (imitations 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 Vtsits to Site
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessa►y in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
irzforniation obtained during such visits and observations, City's Project Representative will
determine, in generai, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be reQuired to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will confarm general(y to the Contract Documents.
B. City's Project IZepresentative'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.
CPI`Y OF (C7R'1' W(7Et'('H
STAR�DARUCONS"['RU(`I'[ON SPGCIFCATION DOCU1�tEN'CS
Rcvision: Lk�emtwr2l, 2012
onnon-i
General Cbnditians
Pa�r. 33 oi'63
9.03 Aarthori�ed Irariations in Work
City's Praject Representative may authorize minor variations in the Work from the requirernents 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 wil( 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 betieves to be defective,
or will not produce a completed Froject that conforms to the Contract Documents or that wil(
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 Artic(e 13, whether or not the Work is fabricated, installed, or
eompleted.
9.05 Determinations,for GYorkPerf��rmed
Contractor will determine the actual quantities and ciassitications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final {except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirements vf Coniract D�cu�nents a►zd Acceptability �f Work
A. City will be the initial interpreter of the requirements of the Contract Documents and jud�e of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred wili be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 20 — CHANGES IN TNE WORK; CLAIMS; EXTRA WORK
10.01 Aa�thorized Chang�s in the Work
A. Without invalidating the Cantract and without noticc to any surety, City may, at any time or from
time ta titne, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved whieh wil) be perfortned under the applicable conditions of the
Contract Documents (except as otherwise specifcally pravided). 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 "i'ime or Contract Price, a Field
Order may be issued by the City.
c i�y ar rox�r woa rF�
sr�Mr>,�K� coNsrkucr�nri si�sc«�c��no� r�oe[��itu�rs
Revisiun: l�,�rnt�r2 i, 2012
O(S 72 (}0 - I
Gencrai Conditions
Pane 39 of 63
10.02 Unauthorized Changes in the GYork
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
7'ime with respect to any work performed that is not required by the Contract Documents as
amended, moditied, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 E'xecution �f'Chunge Orders
A. City and Contractor shall execute appropriate Change Orders covering:
l. changes in the Work which are: (i) ordered by City pursuant to Paragraph IO.OI.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
ofdefective 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 oc amount of time for Work actualty performed.
10.04 E.titra Wor•k
A. Shou(d a difference arise as to what does or does not constitute Extra Woek, 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 shali keep accurate account of the actual
reasonable cost thereo£ Contract Claims regarding Extra Work sha(I 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 ta enable the City to prepare for permanent record a
correcked set of plans showinb the actual installation.
C. The compensation agreed upon for F,xtra Work whether or not initiated by a Change Order sha(1
be a fu(I, complete and final payment for all costs Contracto�• incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
ti�ne, inch�ding without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result bf the change or Extra Work.
10.05 No[ifrcution to Stir�ety
tF the provisiotts of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisrons of the Contract Documents (including, but not (imited
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 tv reflect the
effeet of any such change.
c��ry or- ror�T woR�r� �
S'1'AtiDARD CQNST2UC'f[Oy SPFiCIPC:ATION D(7CU�r1EN'I'S
Kevisinn: Ck�z�rritxr3t 2U12
00 ?2 00 - I
Geneml Condidons
Page 4i) of 63
10.06 Contract Claims Process
A. Ciry's Decision Reyuired: All Contract Claims, except those waived pursuant to Paragraph
14.09, sha(I 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 itegulations in respect of sueh Contract
Claims.
B. Notrce:
l. Written notice stating the �eneral nature of each Contract Claim shal( be delivered by the
Contractor to City na later than i 5 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
Gaim.
Z. Notice of the atnount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before �5 days from the start of the event giving rise thereto (untess the City
allows additional time for Contractor to submit additional or more accurate data in suppo��t of
such Contract Claim).
3. A Cantract Claim for an adjustment in Contract Price shal( be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall bc prepared in accordance with
the provisions of Para�;raph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 3Q days after receipt of the
claimant's iast submittal (unless Contract atlows additional time).
C. Ciry's Actian: City will review each Contract Claim and, within 30 days after receipt of the Iast
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in pa►�t;
Z. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resokve 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.
crry ar rox�r woR�r� i
ST:��lDARDt'ONS"iRUC"T"[ON SPGCIf�CA"CION [)(x'l�Mt=.N'I'S
Revision: Ckxc,�rnt±er21, "201'2
UO 72 00 - I
General Conditions
Page �! I oC6.�
D, City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute reso(ution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Cantract Price or Contract Time will be va(id iF not
submitted in accordance with this Paragraph I0.06.
ARTICLE 11— COST OF THE WORK; ALLOWAIVCES; UNIT PRICE WORK; PLANS
QUANTITY M�ASUREMFNT
1 1.O 1 Cos1 of the Work
A. Costs Inclucled: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph t 1.0 t.B, necessarily incui�red 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 rcquired because of the change in
the Work. Such eosts shall not include any of the costs itemized in Paragraph t 1.OI .B, and shall
include but not be limited to the following items:
(. Payroll costs for employees in the direct employ of Contractor in the per%rrnance of lhe
Work under schedules of job c(assitications agreed upon by City and ContracYor. Such
emp(oyees shall inciude, without limitation, superintendents, foremen, and other personne(
empfoyed full time on the Work. Payrall costs for employees not employed full time on the
Work shaEl be apportioned on the basis of their time spent on the Work. Payrol( costs shalt
inc(ude;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which sha(l incfude social security
contributions, unemployment, excise, and payroll taxes, worke�s' compensation, health
1nd retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work o�stside of Regular Working Hours, Weekend
Working FIours, or legal holidays, shall be included in the above to the eYtent authoi7zed
by City.
2, Cost of all materials and equipment furnished and incoiporated in the Work, inc(udin� costs
of transportation and storage thereof, and Suppliers' fieJd services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and Ehe parts thereof whether rented
from Cont►•actor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such eosts shall be in accoi•dance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
Cl"1'Y OP POIt"C WUR'I'EI
S'1:4NDARD CONSTRUCTIQN SP6CIFCAT[ON CIOCUMEN7'S
Revision: T)aemt�;r21, 2U I Z
QO 72 GO - i
General Condi:ions
Page <l2 of 63
4. Payments made by Contractor to Sube�ntractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain eompetitive bids from subcontractors acceptab(e to
City and Contractor and shall deliver such bids to City, who �vil1 then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of specia( consultants (inc(uding but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
f�. Supplernental costs including the fotlowing:
a. The pr�portion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, incltiding transportation and rnaintenance, of all materials, supp(ies, equipment,
machinery, appliances, affice, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the perfarmance of tkte Woek, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c, Sa(es, consumer, use, and other similar taxes related to the Vljork, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indireetly emplayed by any of them or for whose acts any of them may
be liable, and roya(ty payments and fees for permits and ticenses.
e. Losses and damages (and related eYpenses) caused by damage to the Wo�•k, not
cotnpensated by insurance or otherwise, sustained by Cantractor in connection with the
perfonnance of the Work, provided such losses and damages have resutted from causes
other than the negligence of Contractor, any Subeontraetoc, or anyone direct(y or
indirectly etnployed 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 sha(l be included in the Cost of the Work for the
purpose of determining Contractar's fee.
f. The cost of utilities, f'uel, and sanitaty facilities at the Site.
g. Minor expenses such as te(egrams, lang distance telephone calls, te(ephone and
communication services at the Site, express and couricr services, and similar petty cash
items in connecticm with the Work.
C: Pl'Y OF l�(:)R'[' 1�JORTH
S'('ANDARD CONSTRUC'CION SI'f�:CiF(;A"CION D(3CUMEN'I�S
Rcvisio�i: Ckremlxr2i.2012
DO72�U- f
General Conditions
Yage43 of'fi3
h. The costs of'premiums for a(l bonds and insurance Contractor is required by the Contx�act
Documents to purchase and maintain.
B. Cost,s Excluded: The terrn Cost of the Work shall not include any of the Following items:
(. Paycoll costs and other compensation of Contractor's officers, executives, principals (of
partnecships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasin�; and contracting agents,
expediters, timekeepers, clerks, and othe�� personnel emplayed by Contractor, whether at the
Site or in Contractoe•'s principal or branch office fo►• generat administration of the Work and
not specitically included in the agreed upon schedule of job classitrcations referred to in
Paragraph 1 I.O1.A.l or spec'rfically covered by Paragraph 1 I.OI.A.4, all of which are to be
considered administrative costs covered by the Contractoi's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
Any part of Contractor's capital expenses, ineluding interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs ciue to the ne�li�ence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be fiable, including but not
limited to, the correction of defective Work, disposal of materials or equiprnent wrongly
supplied, and making good any datnage to propet�ty.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When a(i the Work is performed on the basis of cost-plus, Contractoi•'s fee
sha(1 be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order Por an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set Foirth in Faragraph 12.01.C.
D. Docurnerrtafiovr: Whenever the Cc�st oPthe Work for any �urpose is to be determined pursuant to
Paragraphs 11.O1.A and I1.Ol.I3, Contractor wil( establish and maintain records thereof in
accordance with generally accepted accounting practices and subtnit in a forrn acceptable to City
an itemizad cost breakdown together with supportin�; data.
11.02 Allowances
A. ,S'pecified Allowance: It is understood that ContractUr has included in the Contract Price a((
allowances so named in the Contract Documents and shall eause the Work so eovered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pf•e-bidAl.lo��ances;
1. Contractor agrees that:
CI'1'Y CJI' f-(?RT' WORTFi
STANnARI� CONS"I�RI IC'IIQT� SPEC1FG11'IUN IX)CfIMENl:4
Revision: I?acmber2l, ?012
Ut) 72 OU - I
Genera! Condiiions
f'age 44 0� 63
a. the pre-bid allowances include the cost to Contractor of materials and equipmant required
by the allowances to be delivered at the Site, and all app(icable taxes; and
Contractor's costs for unloading and handling on th� Site, labor, installation, overhead,
profit, and other expenses contemp(ated for the pre-bid allowances have been inc(uded in
the allowances, and no demand for additional payment on account of any of the
foregoin� will be valid.
C. Contingency Allowance: 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 an account of Work covered by allowances, and the Contract Frice shall be
correspondingly adjusted.
I 1.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement.
B. The estimated quantities of items af Unit Price Work a►•e 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 wil( be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overheaei and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a fiinctionally comp(ete installation,
6ut not identified in the listin�; of unit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part af the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.O1 if:
l. the quantity of any item of Unit Price Wark 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 ite;m of Work.
E. Inereased nr Decr•eased Qucmtities: The City reserves the right to arder F,xtra Work in
accordance with Paragraph 10.01.
If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will 6e paid for at the Contract unit
price.
crry oF ForcT wolr�rt �
S'I'ANDARD Ct7NS'i'RCICTION SF'ECIFG�"CtON DOCUMf;�"CS
Ftevision: Dacember2l, 2G 12
007200-I
C;encral Conditions
P�ge d> uf G3
If the changes in quantities or a(terations significantly change the character of work, the
Contract will be amended by a Change Order.
[f no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Articie 12.
4. A significant change in the character of work occurs when;
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by tnore than 2S% from the original Contract quantity.
5. When the quantity of work to be done under any Major Itern of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. Whan the quantity of work to be done under any Major [tem 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.
1 1.04 I'lans Quantidy Measurenaent
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Ai�ticle.
B. If the quantity measured as outlined under "Price and Payment Procedtires" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific [tems) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjuskment may be made to the quantity of authorized work done fo►• payment purposes. The
party to the Contract requesting the adjustment wil( provide �eld measurements and ca(culations
showing the final quantity for which payment wil( be made. Payment for revised quantity witl 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 p(ans, the plans quantity will be inc�•eased 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 multip(ied 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 platts
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CI'T'Y O� �O�T 4V(�RTH
S'1'ANDARD CO%!5'fRUC"CION SPF.CIt'CAT[(]N dOCUMLiV'CS
Revision: [)c�c�rnk�cr2l, 2012
UO7200-I
Genera( C'onditionti
Pnge a6 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 T1ME
12.01 C,"hange Uf Contruct Price
A. The Contract Price may only be changed by a Change Order,
B. The value of any Work e;overed by a Change Order will be determined as fotlows:
i. where the Work involved is eovered by unit prices eontained in the Contract Documents, by
application of such unit prices ta the quantities of the items involved (subject to the
provisions of Parag�•aph I 1.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a rttutua(ly agreed lump sum or unit price (which may include an allowance for overhead
and protit not necessarily in accordance with Faragraph 12AI.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost af Extra Work;
or
3. where the Work invotved 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 (deterrnined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and protit (determined as provided in Paragraph 12A1.C).
C. Contractvr's Fee: The Contractor's additional fee for overhead and profit shal( 6e determined as
fo(lows:
1. a mutually acceptable fi.ced fee; or
2. if a fixed fee is not agreed upon, then a fee based on the fo(lowing percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.Ol.A.I, 11.O1.A.2, and 11.O1.A.3, the
Cantractor's additional fee shall be l5 percent except for:
t) rental fees for Contractor's o�vn equipment using standard rentat �•ates;
2) bonds and insurance;
b. for eosis inculred under Paragraph I 1.Q 1.A.4 and l 1.O I.A.S, 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.OI.C.2.b is that the Subcontractor who actually performs the Work, at whatever
ca� v oF� FOEz�r woirrx
S"I:ANC7ARD CUNti"I'RUC"IION tiPF.C1I�CA 1'[t)N DOCUN1ENTS
Revision: [kcembi�r2(, 2012
�o�aoca-i
General C:onditions
Pa�c 47 oi'f;3
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 1I.01.A.1 and 1I.O1.A.2 and that any higher tier Subcontractor and
Cont►actor 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 cumu(ative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragt•aphs 11.O1.A.6, and
11.01.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 tlle actual net decrease in cost plus a
deductio�i in Cont►•actor's fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be ailowed for Lxtra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critica( path of the Project
Schedule or Contractar can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delcrys
A. Where Contractot• is reasonably delayed in the performance or compfetion 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 Conh•act 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 awners or other contractors performing other work as
contemplated by Article 7, tires, tloods, epidemies, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
datnages (including but nc�t timited to all fees and charges of engineers, architects, attorneys, and
other professionals and all cout�t or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any ather project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contiact Time for delays
within the control of Contractot•. Delays attributab(e to and within the contral of a Subcontractor
or Supplier sha(l be deemed to be delays within the contro( of Contractor.
D. The Contractoc shall receive no compensation for delays ar hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused 6y the failure �f the City to provide
inforniation or material, if any, which is to be fi�rnished by the City.
crn� oF Fo�t c wo�rn i
S'f'AUllAKD Ct)NS7RUC"PION SP6CIf'CA'TI(?N Dt�CUf�4GN"CS
Itevision: [kc.eml�e; 21.2O12
00 72 OU - I
Generai Conditions
P�gc 48 oF63
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 �ctual knowledge will be given to Contractar.
Defective Work may be rejected, corrected, or accepted as provided in this Article l3.
13.02 Access tv Work
City, independent testing laboratories, and governmenta! agencies with jurisdictional interests will
have access ta the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for sueh access and advise them of
Contractor's safety procedures and programs so that they may camply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulatians of any public body having jurisdiction require any
of the Work (or part thereo� to be inspected, tested, or approved, Contractor shalt assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay a(1 costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identitied in the
Supptementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspectians, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsihle fbr arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorpot•ation in the Work.
Such inspections, tests, re-tests, or approvals shal[ be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
crrY ar roii�� woR�r� t
STANDARD CONSCRUC"ftQN SPECIFCA'IION DOCUMF,NIti
Revision: [kYcmFx:r21.2012
UO72OU-i
General Conditions
Yage 49 of ti.3
Any amounts owed for any retest under this Section 13.03 D shall be paid dil•ect(y to the
"['esting Lab by Contractor. City will forward all invoices for retests to Contractor.
4, [f Contractor fails to pay the Testing Lab, City will not issue Fina( Payment until the Testing
Lab is paid.
E. [f any Work (or the work of othe►•s} 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 shalt be at Contractor's eYpense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncavering Work
A. [f any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's obse�vation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and ec�uipment.
I. If it is found that the uncovered Work is defective, Conti•actor shatl 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 ar other dispute resolution costs) arising out
of or relating to such uncovering, esposure, observation, inspection, and testing, and of
satisfactory reptacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.08 in which case Contractor shail still be responsible for all
costs associated with exposing, observing, and testing the deiective Work.
2. If the uncovered Work is not f'ound 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.
I 3.05 City May Stvp !he Work
If the Work is defective, or Contractor fails to supp(y sufficient skillc;d workers or suitab(e tnaterials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, oi• any portion thereof, until
the cause for �uch order has been eliminated; however, this right of City ta stop the Work shal! not
give rise to any duty on the part c�f City to exercise this right for the benefit of Contractor, any
CIIYOf PORT WORTFI
9T�1NDrARDCONS"1'ftUCT(ON SPECIFCATI(_1N DOC'UMEiV'I'S
Rev is ion: tk�cember2l, 'lQ 12
UO 72 00 - I
General �:onditinns
Page 50 �t'b3
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 C'orrection or Rernoval of'Defec[ive Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work p�usuant to
an acceptable schedule, whether or not fabricated, installed, oc completed, or, if the Work has
been rejected by City, remove it from the Project and rep(ace it with Work that is not defective.
Contractor shall pay all c(aims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shal( not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's speciat warranty and
guarantee, if any, on said Work.
t 3.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (�r 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:
l. repair such defective land or areas; or
2. correct such defective Work; or
if the defective Work has been rejected by City, rernove 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 iand or areas resulting theref'rom.
B. If Contractor does not pi•omptly comply with the terms of Citys written instructions, or in an
emergency where detay would cause serious risk of loss or damage, City may have the defective
Wark corrected or repaired oz• may have the rejected Work removed and replaced. All claims,
costs, losscs, and damages (including but not limited to all fees and charges of en�ineeys,
architects, attorneys, and ather professionals and all court or other dispute resolution costs)
arising out oF or relating to such carrection or repair or such removal and replacement (including
but not (imited to all costs of repair or replacernent of work of others) will be paid by Contractor.
ci-ry or ro[��z� woR�ri i
STANDARD CONS"fftUC."['[ON SPEC[FCATION D{)CIJ�tE;N"I'S
Revision: D�ember2l, 2012
UO7200- I
Cienerai Conditions
PagcSl ol'b3
G In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptattce of all the Work, the correctian period for that item may start to run from
an earlier date if so pravided in the Contract Documents,
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one ycar after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be requii�ed. Contractor may dispute this requicement by tiling 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, lhe provisions of any applicable statute of limitatian or repose.
13.08 Acceptance ofDefective Work
If, instead of requiring correction or remova( and replacement of defective Work, City prefet•s to
aecept it, City may do so. Contractor shall pay al( claims, costs, losses, and damages (ineluding but
not {icnited to atl fees and charges of engineers, architects, attorneys, and other• professionals and atl
court or other dispute resolution costs) attributablc to City's evaluation of and determination to
accept such defiective Work and For the diminishec! value of the Work to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Finai Acceptance, a Change Order wilf be
issued incorporating the necessary revisions in the Contract Documents with respect to the Work,
and City shall be entitled to an appropriate decrease in the Contract Priee, reflecting the diminished
vaiue of Wark so accepted.
13.09 City May Correct Defective Work
A. [f Contractor fai(s within a reasonable time a#�er written notice From City to correct defective
Work, or to remove and replace rejected Work as rec�uired by City in accordance with Paragraph
13.Q6.A, or if Contractor Fai(s to perform the Work in accordance with thc Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days �vritten 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
Contt�actor from all or part of the Site, take possession of ail or part of the Work and suspend
Contractor's services related thcreto, and incorporate in the Work all materials and equiprnent
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
stored eisewhere. Contractor shail allow City, City's representatives, agents, consultants,
emptoyees, and City's other contractors, access to the Site to enable City to eYercise the rights
and remedies under this Paragraph.
C. 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
Ctl'Y Of FORT WORTEI
SThNDARDCONS"CRIJCT[ON.SPt:iCll'C:ATION DOCt1tNEN`TS
Revision: Lkr:emFier21� 2012
{i0 72 OO - 1
General Conditiorts
P�ge 52 iif 63
casts) incun•ed 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 revisians in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price,
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
perfo�mance of the Work attributable to the exerczse of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule qf Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and wili be inco�porated into a form of Application for Payment
acceptabte to City. Progress payments on account of Unit Price Work will be based on the number of
units campleted.
t 4.02 Progress Payments
A. Applications for• Payments:
1. Contractor is responsible for providing afl information as required to become a vendoi• of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall subrnit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the 6asis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sate, 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 equipmettt are covered by appropriate
insurance or other arrangements to protect City's interest therein, a(1 of which must be
satisfactory to City.
�. Beginning with the second Application far Payment, each Application shall include an
affidavit of Cantractor stating that previous progress payments received on account of the
Work have been applied on account to dischar�e 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.
crr�r �r r•c�R�r evoRT f i
S"1'A�DARDCONS"I'RUCl'l(_)N SPF.C[F('A'CfC)N I}(7CUMEN�I�S
Revision: tkufint�er21, 2012
00 72 0() - I
<;cncral Conditions
Page >:i oP63
B. Review of�Applications:
City will, after receipt of each ,�pplication for Paym
recommendation of payment or return the Application to
refusing payment. In khe latter case, Contractor may m�
resubmit the Application.
nt, either indicate in writing a
Contractor indicating reasons For
ce the necessary corrections and
2. City's processing of any payment requested in an App(ication for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for
Payment and the accompanying data and sehedu(es, that to the best of City's knowledge:
a. the Work has progressed ko the point indicated;
b, the quality of the Work is generally in accordance with the Contract Documents (subject
ta an evaluation of the Work as a Fiinctioning whole prior to or upan Final Acceptance,
the results of any subsequent tests calted for in the Contract Uocuments, a final
determination of quantities and classifications for Work performed under Para�;raph 9.Q5,
and any other qualitications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the qua(ity or the quantity of the Work as it has beett
perfonned have been exhaustive, extended to every aspect of the Worlc in progress, ar
involved detai(ed inspections of the Work beyond the responsibilities specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by C;ity or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicabfe to Contractor's
performance of the Work.
City may refuse to proeess the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to pratect City from
loss because:
a. the Work is defective, ar the completed Work has been damaged by the Contractor or his
subcontractors, requiring con•ection or replacement;
b. discrepancies in quantities contained in previous applications tor payment;
c. the Contract Price has been reduced by Change Orders;
City has been required to correct defective Work ar cotnplete Work in accordance with
Parageaph 13.09; or
c�Tv or e•oRT �vofi n i
5'CANDARDCONS IT2lJC'1'(ON SPF.C'IFCA"I'ION D(}CI Il�1EN'IS
Revision: Cks;emlxr2l, 2Q 12
on�zoo- �
Genernl Conditi�+is
f'age 54 uC63
e. City has actual knowledge of the occurrence of any of the events enurnerated 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°l0).
2. For eontracts greater than $400,000 at the time of execution, retainage shall be tive percent
(s%).
D. Liquidated Dumages. For each calendat� day that any work shal( remain uncompleted atter the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the manies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment: Contract�r will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Uocuments.
F. Reduction in Payment:
1. City may refuse to ►nake payment af 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 ta secure the satisfaction and discharge of
such Liens;
6. there are other items entitling City to a set-oFf against the amount recomrnended; or
c. City has actual knowledge of the occun•ence of any of the events enumerated in
Paragraphs 14.Q2.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City s�efuses to make payment of the annount requested, City will give Cantractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amaunt so withhe(d. 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 Warrunty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project ar not, wiil pass to City no later than
the time of payment free and clear oFall Liens.
CITY OI�� E�Oit"C WOft"i'f I
S'1`ANf)ARD CONSTRUCT[ON SPL�C[FCA't'It7N t)OCCSMENTS
Rcvision: Dc�ember2i, 2Q12
o��zoo- i
Genera! Conditions
Pege �S of63
14.04 Partial iJtilization
A. Prior to Final Acceptance of al( the Work, City may use or occupy any substantially completed
part af the Work which has specifcally been identified in the Contract Documents, or which
City, determines constitutes a separately funetioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
pertnit City t� use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the fotlowing conditions:
t. Contractor at any time may notif'y City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.I, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. [f City does nat consider that pa��t of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partiai Utilization will not constitute Final Acceptance by City.
14.05 Fznul irrspectdon
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
I. within 10 days, City wil( schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all partrculars in which this inspection reveals that
the Work is incoznplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work oz• remedy such deficiencies.
B. No time charge will be macle against the Contractor between said date of notification of the City
and the date of Fina( [nspection. 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 Fina/,4cceplcrrtce
Upon completioi�► by Contractor to City's satistaction, of any additi�nal Work identified in the Final
Inspection, City will issue to Contractor a lette�• oF Final Acceptance.
crrY or roa�r worrrt��
STANnARD CONSTRUC"I'[ON SP6CII�CA'fION Df)Ct1MF.NTS
Revision (kcemtk�r21.2Q12
O(� 72 QO - I
C,eneral C�nditions
Page Sfi uf 63
14.07 Final Payn:ent
A. Application fvr Pcrynzent.•
Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
tinal payment following the procedure for progress payments in accoi•dance with the
Contract Documents.
2. The final Application for Payment sha(1 be accompanied (except as previously delivered) by:
a, all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments and complete and legally effective re[eases or waivers
(satisfactory to City) of al( Lien rights arising out of or Liens filed in connection with the
Work,
B. Pcry•ment Becvmes Due;
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous paymcnts made and any sutn City is entitled,
including 6ut not limited to liquidated damages, will become due and payable.
2. l�fter aIl Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidenee that the Darnage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shali not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Finc�l Completion Deluyecl and Partia! Relainuge Release
A. If final completion of the Wark is significantly deiayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract,
maEce payment of the balance due for that portion of the Work fully completed and accepted. If
the remaining balance to be held by City for Work not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CI't'Y OF POR�t' W(�R'I't t
S"�ANDARD C'ONS"CRUCTfQN SPRCIPCA"11ON DOCI;M[;N"I�S
Revi�ion: fb�emtxr2l, 2O12
00 �2 {�o - �
General Conditions
Page �7 0l'63
portion of the Work fully completed and accepted shall be subi�itted t�y Contractor to City with
the Application for such payment. Such payment shal( be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Par•tial Retainuge Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and perfonnance periods following the completion of all othet•
construction in the Contract Docutnents for all Work locations, the City may re(ease a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be cotnpleted and accepted for all other work.
An amount sufficient ta ensure Contract campliance will be retained.
14.09 Waivef� of Clai�ns
The acceptance of final payment will constitute a release of the City from all cl�zims or liabilities
under the Contract for anything done or furnished or re(ating to the woi•k under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICL� 15 — SUSPI:NSION Oi' WORK AND TERMINATION
15,01 City Mcry Suspend G[�ork
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Wot•k will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will make no extra payment for stand-by
time of construction equipment and/or construction crews.
B. Shou(d the Contractor not be ab(e to complete a portion of the Project due to causes beyand the
conti•ol 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 Cantcact
Time, directly attributable to any szGch suspension.
C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store al( materials in such a manner that they wi(i not obstruct oc impede the public unnecessarily
nor become dama�ed in any way, and he shall take every precaution to prevent datnage or
deterioration of the woric performed; he sha(I provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipme�It 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 ec�uipment is
moved to another construction project for the City.
CITY OF FORT WOR`CH
S'i'ANDARll CONti !"t�UCTION SPF.CIFCAT[ON DOCU[viGN'I:S
Revisioir. [�cemt�r2 L '2U 12
00 72 UO - I
C;eneral Conditinns
Pa�e �3 oF63
15.02 City May Ter»�inate,for Cause
A. The occurrence of any one or rrtore of the following events by way of example, but not ok
limitation, may justify termination for cause:
l. Contractor's persistent failure to perform the Work in accordanee with the Contract
Documents (including, but not limited to, Failure to supply sufficient skilled workers or
suitab(e materials or equipment, failure to adhere to the Project Schedule established �mder
Paragraph 2.07 as adjusted from tirne t� 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 Regu(ations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantiat way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction ofwhich has been directed in writin; 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 Contraetor has become insalvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences (egal action in a court of competent jurisdiction against thc 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 a1•►•ange a conference with Contractor• and Surety to address
Contractor's failure to perform the Work. Conference shali be held not later thati 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do nat agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and forma(ly terminate the Contractor's right t�
complete the Contract. Contractar default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's faiture to
perform the Work.
2. [f Contractor's services are terminated, Surety shail be obligated to take ov�r and perform the
Work. If Surety d�es not commence performance thereof within IS consecutive calendar
days after date of an additional written notice demanding Surety`s performance of its
C'ITY OF FORT WOR"Cf I
S'I'AhiDARU CONSTRUCTION SPECIPCA"i'ION C}OC;t1NlEN'I'S
Revision: CJvc;emh�r21.2012
0o n ix� - i
Generu! Ccrnditions
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. [f City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Wark, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
fiarther payment until the Work is tinished. If the unpaid balance of the Contract Price
exceeds all cfaims, costs, losses and damages sustained by City arising out of or resulting
from com�leting 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 inco��pocated in a Change
Oi•der, provided that when exercising any ri�hts or remedies under this Pat•agraph, City shall
not be required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or e►nployees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomptished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages fi�om Contractor or 5urety 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 Worl< shall contim�e fo be Contractor's and Surety's responsibilities as
provided foc in the bond requirements of the Contract Documents ar any special guarantees
provided for under the Contract Documents or any other obligatians otherwise p��escribed by
law.
C. Notwithstanding Paragraphs 15,02.B, Conti•actor's services will not be tec•minated if Contt•actor
begins within seven days of receipt of notice of intent to terminate to co�•rect its tiailure to
perform and proceeds diligently to cure such failw•e within no more than 30 days of receipt of
said notice.
D. Where Cantractor'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 thereaftec• accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor fi-om liability.
E. If and to the extent that Contractor has provided a performance band under the provisians of
Paragraph 5,02, the termination procedures of that bond shall not supersede the provisi�ns of this
Article.
CfTY O[' FORT WORTH
S'1'ANDA}2D COhS'i'IZUCTION 5PEC[FCATiClN U(')CUMF,N I'ti
Revision: [kcemfxr2l, 2012
r�a��oo-i
General Conditions
Page 60 of 63
15.03 City Niay Terminate For Cvrrvenic�nce
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 tertnination to the
Contractor specifying the extent to which performance of Work under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presurned and
established that such termination is made with just cause as therein stated; and no proof in any
claim, demancf or suit shall be required of the City regarding such diseretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
l. Stop work under the Contract on the date and to the extent specified in the notice of
terminatian;
2. place no fu►�ther orders or subcontracts far materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate ta the performance of the
Wark terminated by notice of termination;
4. transfer tit(e to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the perfoimance of,
the Work terminated by the notice of the termination; and
b. the comp(eted, or partially compteted plans, drawings, information and other property
which, iFthe Contract had been completed, would hav� been required to be furnished to
the City.
�. complete performance of such Work as shall not have been terminated hy the natice of
termination; and
6. take such action as may be necessary. or as the City may direct, far the protection and
preservation of the property retated 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 tennination date specified in the notice of ter►nination,
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 oi• authoi•ized by City.
t'1"C'Y OF FOR"f Wt7R"CH
S"�'AtiQARD C(7NS'CRCIC'T[ON SPEC'It�CA"t'ION DOCU(v1E'v'I`S
Revision: [ki:ember21.2(7t�
00 �z oo - �
General C;nnditions
Page 51 of G3
D. Not later than 15 days the��eafter, 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 ilnal settlement.
E, Not later than 60 days after the notice of termination, the Contractor sha(I submit his termination
claim to the City in the form and with the certification prescr'rbed 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):
l. completed and acceptable Work exec�rted in accordance with the Contract Documents prior
to the effective date of te►•mination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained priar to the eftective date of termination in performing setvices 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 an such expenses;
and
3. reasonable expenses directly attributable to tennination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of infonnation available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts detcrmined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting ti•om such termination,
ARTICLE 16 — DISPUTE RI;SOLUTION
l 6.01 Nlelhods crnd Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation sha(i be submitted to the othec party to the Contract. Timely submission of the reyuest
shall stay the eftect of Paragrapl� 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The pt�ocess shall be
commenced within 6Q days of filing of the request.
C. If the Contract Claim is not resolved by mediatioi2, 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
terminatian of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WOI� 1'ti
S"1'ANOAItU COMS"CRU('T[ON S�'ECIPC'AT[ON UOCUMliN'CS
Revision: Ektx�tnl�r21, 2() l2
QO 72 (N) - I
General Conditions
Page .52 ot 63
elects in writin�; to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. ag►•ees with the other party to subrnit 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
17.0 l Uiving 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:
l. delivered in persan to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2, deliveced at or sent by registered or certitied mail, postage prepaid, to the last business
address known ta the givar 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 confirtnation of receipt by the receiving party.
l 7.02 Computation of Times
When any period of time is referred to in the Contract Doc�iments by days, it wi(t be computed to
exctude the first and inciude 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 Iegal holiday the next Working Day shall become the last
day of the perioc�.
17.03 Cumatlative Rerrredies
The duties and obligations imposed by these Gene►•ai 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 iimitation of, any rights and remedies available to any or al( of them which are otherrvise itnposed
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 specifieally
in the Contract Uocuments in connection with each particular duty, obligation, right, and remedy to
which they apply.
C(TY t7F FORT WOR'ii f
S'I'ANllARD CUNS fKUCT10N SPEC'IFCA'CI01� DOCUMF.NTS
Revisian: I kceint�er2l, 2012
00720D- 1
Ucner;�l Conditi�ns
Puge 63 of ti3
17.04 Survival of Obligations
All re�resentations, indemnifications, warranties, and �uarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contraetor.
17.05 Headings
A�ticle and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY t7F [�OIL'I' WQRTEi
S'I`ANDAI2D CONS"IRIfCT[ON SPECIPC;,�TIC�N DOCUMEN"CS
2avision: Decemb�x2(, 2U12
007300-I
SUPPLGMGNTA[ZY CONntT10NS
Page I of S
3
4
5
6
7
8
9
10
11
12
13
l4
l5
t6
l7
18
19
20
�(
22
23
24
25
26
27
�g
29
30
31
32
33
34
35
36
37
38
39
40
4l
42
43
44
45
46
47
SECTION 00 73 40
SUPPLEMENTARY CONDITIONS
TO
GENERAL COND[TIONS
Sapplementary Conditions
These Supplementary Conditicros modify and supptement Section 00 72 00 - General Conditions, and vther
provisions of the Contract Documents as indicated below. t�ll provisions of the Genera! Conditions that are
modified or supplemented remain in fi�l( f'orce and effect as sa modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
'i'he terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Kesolving Discrepancics"
Plans govern over Specifieations.
SG4.01 A
Easement limits shown on the Drawing 1re agproximate and were provided to establish a basis For bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SG4.OlA.t., �°Availability af Lands"
The foilowing is a list of known outstanding right-of-way, andtor easements to be acquired, if any as �f
October 8, 201�1:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL dWNER TARGET [�ATE
NUMBER OF POSSF�;SS[ON
None
"I'he 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 easernents provided to dif�'er materially from the representations on ttie
Contract Drawings, Contractor shall within fivc (S) Business Days and before proceeding with the Work,
notif'y City in writing associated with the differing easement line (ocations.
CI'PY bE FORT WORTH H'<itercrnd .4ruritary Sewer Replarement Cantracr ZO(1, V4'Stif-C7
STANDAftl7 COh�TRUC"PCON SPECIH'ICA'I'[ON DpCUN1EN'I'S Crry Prqject N�. 023b'S
Revised Aprit i, 7_013
007300-2
SUPPLEiM6N"I'ARY CONDI'1'IONS
Page 2 of5
SC-4.4IA.2, ��Availability of Lands"
Utitities or obsh�uctions to be removed, adjusted, and/or relocated
The following is list of utilitics �nd/or obstructions that have not been removed, adjusted, and/or relocated
as of October 8, 2014:
EXPECT'ED UTILITY AND LOCATION TARGF,T DATE OP
n WNER ADJ 11ST'MEN'T'
None
7
8
9
l0
ll
l2
13
14
15
l6
17
18
19
20
21
�2
23
24
25
26
27
?g
39
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SG4.02A., ��Subsurface and Physical Conditions"
The followin� are repc�rts of explorations and tests of subsw�face conditions at the site of the Work:
i��one ,
T'fre following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None.
SC-4A6A., "Hazardous L:nvironn�ental Conditions at Site"
The Eollowin� are reports and drawings of existing hazardous environmental conditions known to the City:
None.
SC-5.03A., �°Certificates of Insurance"
T1ie entities listed below are "additional insureds as their interest may appear° inclttcling their respecti��e
ofticers, directors, agents and employees.
(t) City
(2) Consultant: None
{3) Other: None
SC-5.04A., ��Contractor's Insurance"
The limits of (iability for the insurance required by Paragraph GG5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and re�;ulations:
5.04A. Workers' Compensation, under Para�raph GG5.04A.
Slatutory limils
Eittployer:s Jiability
$100,(J04 eachUccider�lioccurrence
$100,000 Di,sease - each ernployee
x5(J0, tJ00 Disease - policy li�rri!
SC-5.048., ��Contractor's [nsur�nce"
CI'P1' OF f�/)R'�' WC)R'I'H 6Ya1cr and SG7nitary,S�wer Raplacenrent Contrract 2O!�, {t'S�YI-D
S'CrW UARU C(7NS'CRUC'C[ON SPF.C'lf [C:A'PtON [70CUMGNTS Crty Prqject No. 0?.i85
Revised April I, 2Oi3
OC) 73 t)t) - 3
SUPFLBMGNTAKY C(7NDITIONS
Page 3 of 5
t
2
3
4
5
6
7
8
9
l0
I1
12
l3
14
IS
16
1?
18
19
20
�j
?2
23
24
25
26
27
?g
29
30
31
32
33
34
35
36
37
38
39
40
�1 l
42
43
44
45
46
47
4$
49
SO
5l
52
53
54
55
5.04E3. Commercial Uenaral Liability, under Paragraph GC-5.04B. Contractor's Liability Insurvice
under Paragraph GC-S.O�i6., which shatl be on a per project basis covering the Contractor with
minimum limits of:
$I,��Q�00 each occurrence
$2,OOQ,000 aggregnle limil
The policy must have an endorsement (Amendment — Aggregate Limits of Insurancej making the
General Aggregate Limits apply separately to each job site.
The Commercial Generai Liability insurance policies sha(I provide "X", "C", and "U" coverage's.
Verification af such coverage must be showtt in the Remarks Article of the Certificate af Insurauce.
SC 5.04C., "Contrackor's Insurance"
5.04C. Automobile I.iability, under Paragraph GC;-5.04C. Contractor's Liability [nsurance under
Paragraph GC-S.O�1C., which shall be in an arnount not less than the following amounts:
( t) Automobile Liability - a commercial business pol icy shall provide coverage on "Any �uto",
defined as autos o�vned, hired and i�on-owned.
$1,��0,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250, 000 Bodily Inju� y per nerson /
SSUD, D00 Bodrty /njury per c�ccident /
$1 D0, (1(10 Property L7amage
SC-5.04Q., "Contractor's [nsurance"
The Contractor's construction activities will reyuire its empioyees, agents, subeontractors, equipmenk, and
material deliveries tu cross raiiroad properties and tracks. None.
The Contractor shall conduct its operations on railroac! properties in such a manner �s not to intertere with,
hinder, or obstruct the railrozd company in any manner whatsoever in the use or operatioa of itsltheir trains
or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry AgreemenY' with the particular rai(road company or companies invo(ved, and to this end the
Contractor should sakisfy itself as to the requirements of each railroad company and be prepared ko execute
the right-of-entry (if any} required by a railroad company. The requirements specified herein (ikewise refate
to the Contractor's use of private and/or construction access roads crassing said railroad company's
properties.
The Contractual Liabi(ity coverage rec�uired by Paragraph 5.04D ofthe General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term khat continues for so (ong as the Contractor's operations and work cross,
occupy, or touch railroad property:
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the followin� shal( govern:
I. Where a single railroad company is involved, the Contractor sha(I provide one insurance policy in
� the name of the railroad company. However, if more than one grade separation or at-grade
crossing is affected by khe Project at entirely separate (ocations on the line or lines of the same
raifroad company, separate coverage may be required, each in the amount stated above.
C[TY (�F FOR'C Wf)RTF I Fi'ttt�r emcl ,Safrllury Sesver R�ylaeeritenf Cvnp�uc( 2f11 d, l3'S�Lf-D
STt1NDARB CONS'PIt4;CTt(�N fiPECIFICAT[��N DOC11[�tEN'CS Ciry Prn��c� N��. 0?785
[Zeviseci April 1, 2013
007300-4
SUPPLEh•t�NTARY CONUf'I'IUNS
Page 4 oC.S
1
2
3
4
S
6
7
8
9
l0
II
l2
13
14
l5
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
2, Where more than one raik�ad cumpany is oper�ting on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Cantractor
may be required to provide separate insurance policies in the name of each railraad eornpany,
3. If, in addition to a��ade separation or an at-grade crossing, other work or �ctivity is praposed on a
railroad company's right-of-way at a Ioeation entirely separate from the grade separation or at-
grade crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grlde separation is involved but other work is proposed on a railroad company's right-of-
way, all such other work may be covered in a single poticy for that railroad, even though the work
may be at two or more separate locations.
No work or activities on a rai(road company's property to be performed by the Contractor shall be
c�nunenced until the Contractor has fuinished the City with an originat policy or policies of the insurance
for each railroad company named, as reqtiired above. All such insurance must be approved hy the City and
each affected Railroad Company prior to the Contractor's beginning wark.
The insurance specified above must ba carried until all Work to be perfonned on the raitroad right-of-way
has been completed and the gt•1de crossing, if any, is no longer used by the Contractor. [n addition,
insurance must be carried during alt maintenance and/or repair work performed in the railroad right-of-way,
Such insurance must name the railroad company as the insured, together with any tenant or lessee of'the
railroad company operating over tractcs involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.07., °�Wage Rates"
"I'he fol[owing is the prevai(ing waoe rate table(s) applicable to t(�is project and is provided in the
Appendixes:
<Buzzsaw location, Resources/02-Corrs[rucliun IJocuments/Specifrcations/Div 00-General
C'unditions/CFi�V Wage Rate Table 2O080708, pdf =
SG6.09., "Permits and Utilitics"
SC-6.09A., °°Contr�ctor obtained permits and licenses"
The followin� are knawn permits and/or (icenses required by the Conh�act to 6e acquired by the Contractor:
None.
9C-6.Q9B. �°City obtained Efermits and licenses"
The following are foiown permits and/or licenses required by the Contract to be acquired by the City: None
SC-6.09C. C°Outstanding permits and licenses"
"T'he following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 8,
20l �1:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERNtI'C OR LICENSE AND LC)CATION
NONE
'CARGET DATE
OF POSSESSIUN
CI'PY OP POR`I' WORTH VYater v�zd Sn�titni�� Setver Rep(r�rement Cunp'acl 2FII J, LYSA� D
S"P�1iJI�ARn CONSTRl!C_'T[ON SI'ECIF'ICA'I"ICIN DOCUMEN'I'S Ciry ProJect Nn, 023R5
Re�rised April I, 20 { 3
t
2
3
4
5
6
7
8
9
10
11
12
13
l4
l5
16
17
18
19
zo
21
22
23
24
25
26
27
28
OWNER
0073C)U-5
SIIPPL,EMF,N'I'ARY CONDI"CI(lNS
PageS of5
PERMIT OR LICENSE AND LOCAT[ON TARGET DATE
OF POSSESSION
SG7.02., "Coordination"
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
None.
--------------_----._...------- —_-_---_____�,.._r,,._.._��,__.____._,_..______�.r�_..e___. _�..��..._�._-�_-------
Vendor Scope of Work Coorclination Authority
_ ___ _�,
None.
_ --- �_ --_ . --- — ----_ _ _ ---
SC-8.01, "Communications to Contractor"
SC-9.01., "City's Praject Representative"
The following firm is a consultant to the City responsible for construction management of this Project:
None
SC-13.03C., "Tests and [nspections"
None.
SC-1b.01C.t, C°Methods and Procedures"
None.
END OI+ SECTION
CITY OP PUftT WORI'H N'crrer and Sanrtary Seiner Rep/acen�enf Cbntract ?014, l6SA�-D
STaNDARD CONS'I'RUC'I`ION SPEC[E�tCA"CiOiY DOCUMt?NTS City� Pro%cd No. 02355
Revised Aprii !. 2013
011100-1
SUtv1MAKY UE� WOI2K
Page 1 of3
t
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTIO1�101 11 00
SUMMARY OF WORK
5 A. Section Includes:
6 l. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9
ia
lt
12 1.2
C. Refated Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Foi•rns, and Conditions of the Contract
2. Division 1- General Requirements
PRIC� AND PAYMENT PROCEDURFS
13 A. Measurement and Paytnent
14 1. Wor[c assaciated with this Item is considered subsidiary to the various items bid.
I 5 No separate payment will be allowed for this Item.
16 1.3 REFF,RENCES [NOT USED]
17 1.4 ADMINISTRATNE REQUIREMENTS
I8
19
20
21
22
23
24
25
26
27
2$
24
34
31
32
33
34
35
36
37
38
A. Work Govered by Contract Documents
l. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detaiied 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 Drawin�;s or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items,
C. Use of Premises
1. Coo►•dinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equiptnent stored on the Site.
3. Use and occupy on(y portions of the public streets and alleys, or other pub(ic places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specitically authorized in writing by the City.
a. A reas�nable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CCCY GF FOIt'1' WOIt'1�[3 bVuler ancl Sn��i�ary Seiver (tep[acenrerrt Cnnlraal2UlJ, GY.SPoJ-1?
STAAiPJARD CONSTftUCTION SPECIFfCA"T'lON DOCl1MrN'CS Cig� Pruject No. 02385
Revised Decembar:0.2012
oi i i oo-z
suMMnRv or woax
Yage 2 of 3
b. E�ccavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
a If the street is occupied by raileoad tracks, the Work shall be car►•ied on in such
manner as not to interfere with the operation of the railroad.
1) All Work sha(1 be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D, Work witilin Easements
9
10
ll
12
13
t4
l5
l6
17
IS
19
20
2t
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
3G
37
38
39
4Q
41
1. Do not enter upon private property for any purpose without having previously
obtained permission from tlle owner of such praperty.
2. Do not store equipment or materia! on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished ta the City.
3. Unless specifica(ly provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fenees, culverts, curbing, and all otkier types of sU�uctures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
a�pu��tenances thereof, including the construction of temporary fences and to a(I
other public or private property adjacent to the Worli.
5. Notify the proper representatives of`the awners or occupants c�Fthe public or private
lands of interest in lands which might be affected by the Work.
a. 5uch notice shall be made at least 48 hours in aeivanee 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 owne��s or occupants,
whose land or interesk in land might be affected by the Work.
c. Be responsib(e for all damage or injury to property of any character resu(ting
from any act, amission, ne�lect, or misconduct in the manner oc method or
e;cecution of the Work, or at any ti►ne due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed dtn�ing cortsh�uction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated avernight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
c(osures and replacernent, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the propo5al.
CfTY OT fORT WOa"fH GYa1er nnd Snlritmy Se�ver Ref�lacc:ure��t Conu•cict ?D/-!, 6Y'S;l�t-D
ST'AVDAftI) CUNS"I'RI_;CTfON SPEC[F[CA7'ION DOC[iMliNTti City Prn�ic! iVn. 02385
Revi,ed Dcccmhcr 20, 2012
Ot I100-3
SUMMARY OF' WORK
Page 3 of 3
t
2
3
4
5
6
7
8
9
l0
11
12
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]
110 DELIV�RY, STORAGE, AND BANDLING [NOT USED]
1.11 FIELD [S1TE] CONDTTIONS [NOT USED]
1.12 WARRANTY (NOT USEDJ
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED)
END OF SECTION
Revision Log
DA'T'E NA1ViE SUMMARY OF CHANGE
13
C!'I'Y OF FOR'C' WOI2"PH Walerarrd.StrnitarVSewer�Repinceruentt:`oirtract�014, WSM-D
S'I`ANDA(LD CONS'I'RUC'CION SYt�:C(FICA"1'CON DOCUMGNTS Ciry Projeet No. 02385
Revis�d Dccember 20, 2012
01 25 OU - I
S[�HSTC('UTIOA' PRdCF;lltJI2ES
Page i �f 4
�
3 PART1- GENERAL
�l l.l SUMMARY
SECTION 0125 00
SUBSTITUT[ON PROCEDURES
5 A. Section lncludes:
6 1. The procedure for requesting the approvai oFsubstitution of a product that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the foltowing:
9 a. Name of manufacturer
10 b. Name of vendor
(1 c. Trade name
t2 d. Catalog number
13 2. Substitutions are not "or-eqaals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related 5peci�cation Sections include, but are not necessarily iimited to:
17 l. Division 0—�3idding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1— General Requirements
t9 1.2 PRICE AND PAYMENT PROCEDURES
2U A. Measurement and Payment
2t 1. Work associated with this Item is considered subsidiary to the various items bici.
22 No separate payment will be a(lowed for this Item.
23 1.3 RFFERF,NCF.S [NOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
34
40
A, Request for Substitutian - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
cansider formal requests from Contractor for substitutian of products in place of
those specitied.
2. Certain types of equipment and kinds ot� materia) are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to eYclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of materia) may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontin�ted production of products
meeting specified requirements, or other factars beyond control of Contractor;
or,
C["�'Y OF FOR'1' WOft"T'H FYater an�t Sur7rtary Sewer Reptarement Contruct 20I4, 'rY.SNI-D
SC;�NDAfiU CONS'I'ltUC"['lON SPE:CIF[CAT[ON DOCUME:N'I'S Ciry Projecr No. 0238.5
Revised July I, 20! I
U12500-2
SUBSTITUTION P20CEI7URLS
Puge 2 of'4
1 b. Gontractcn• proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure for Requestin�; Substitution
5 !, S«bstitution shall be considered on(y:
6 a. After award of Contract.
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution, including:
9 a. Documentation
10 1) Camplete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule, when a reduction is
13 proposed
14 3) Data relating to changes in cost
l5 b. For products
16 l) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative cantact name
19 c) Specification Section or Drawing reference of originally specified
Z� product, including discrete name or tag nurnber assigned to original
2 i product in the Contract Documents
22 2) ManuFacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) ftemized comparison of ot•iginal and proposed product addressing product
25 characteristics inch�ding, but not necessarily limited to:
26 a) Size
27 b) Composition or materiais of construction
2g c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number ofpersons associated with referenced
33 projects knowledgeable concerning proposed product
34 c} Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) [Ilustration drawings
41
42
43
44
45
46
C. Approval or Rejection
Written approva( or rejection of substitutian given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of spacified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reductian
will be documented by Change Order in accordance with the General Conditions.
Cfl'Y OF' FOR'(' WORTH 4Yuter uitd SnnilurY.Server• Rep(acen�en! (_.'o�t(rcrcf ?OJ�1, :VS�t�1-D
S'1'ANI)ARD CONSTRUCTEON SpL-C(PICf1T(QN DOt;tJNtrN'I'S Crty Project hb. U23<YS
Reviscd July 1, 201 I
01 2500-3
S[1B5"Pl'PU'1'lON YROCE'OURES
Page3 af4
t 4. No additional contract time wilt be given for substitution.
2 5. Substitution will be rejected if:
3 a. Submittal is not throu�h the Contractor with his stamp of approval
4 b, Request is not made in accordance with this Specification Section
5 c. [n the City's opinion, acceptance will require substantial revision of the original
6 design
7 d. [n the City's opinion, substitution will not perform adequately the function
8 cottsistent with the design intent
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMIT'['ALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USEDj
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEU}
12
13
14
IS
[6
l7
18
19
20
21
22
23
24
25
26
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
i. Has investigated proposed product, and has determined that it is adequate or
superior in a) I 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 buitding
modifications if necessary, making such changes as may be required for Work to be
cocnplete in all respects
4. Waives all claims for additional costs related tosubstitution wh'rch subsequentiy
arise
1.10 llELIVERY, STORAG�, AND HANDLiNG [NOT USED)
1.11 I�IELD [SITE] COI�TDITIONS [NOT USED]
1.12 WARRANTY [NOT USED)
27 PAR'I' 2- PRODUCTS jNOT USEDj
28 PART 3- EXECUTION [NOT USED]
29
30
END OF SECTIUN
Revision Log
DATE NAME SUMMARY OF Cf IANGE
31
CI'CY OF FC)K'I' WOR`Cf3 bf�alerand Sa�ritarySewer Rep(acenten! Contract 201�, {NSM-[)
5"CANDARD CO�IS'I RUC"I'lON Sl'ECIFtC;A'1'[ON UOCUMSENCS City Prqject iVa. 02385
Revised Jtdy I, 201 1
oi 2soo-�
SItRSTITUTION PRUCGI)l1[�S
Paged nf4
�
2
3
4
5
6
7
8
9
l0
�
�XHIBIT A
REQUEST FOR SUBSTITUTI0IY FORM:
I'tt (�,I �.C7': DATE;
We here6y suf�mit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPFI SPECIF(ED [TEM
Proposed Substitution:
12 Reason for Substitution;
l3
l4
15
16
l7
t8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4l
42
43
44
45
46
47
48
49
Include complete information on changes to Drawings and/or Specit7cations which proposed
substitutioa wrll require for its proper installation.
Fill in Btanks Below:
A. Will the undersigned contractor pay Por changes to the building design, including engineering
and detailing costs caus�d by the rec�uested substitution?
B. V1�hat e#'fect does substitution have on other trades? � �"
C. Differences between proposed substitution and specified item? mm µ��f�µ
D. Differences in product cost or product delivery time?
E, Manufacturer's guarantees of the proposed atid specified items are: �
Equal Better (eYplain on attachmenk)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: F'or Use by City
Signature
as noted
Firm
�_.�...��
Address .
Date
Telephone
For Use by City:
Approved
City
�_� Recommended � Recommended
Nat recommended �,Received late
By
Date
Remacks
Date
Rejected
CITY (:JF FORT WORTH f4'avler nrid S'�a�:ifary Se�ner Replacenre�u Conlract 20I4, N�S�L!-D
STANbARD CONSTRUCTtON S!'ECIFiCr1'I'ION DOCUIv[ER1'S Crry Project No, 02385
[tevised Juiy l, 201 1
01 3l 14- i
P2rC:t)NS"t'RUCI'ION P�lEE9'ING
Page t uf3
t
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION �1 31 19
PRECONSTRUCTION MEETING
5 A. Section [ncludes:
6 1. Provisions for the preconstruction meetinb to be held prior to the start of Work to
7 clarify eonstructian c�ntraet administration procedures
8 B. Deviations from this City of Fort Worth Standard Specitication
9 t . None.
10
11
12
[3 1.2
C. Related Specification Sections inc(ude, but are not necessarily limited to:
1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract
2. Divisian t— General Requirements
PRICE AND PAYMENT PR�CEDURES
14 A. Measurement and Payment
15 i. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment wiil be allowed f'or this Item.
17 1.3 REFERENCES [NOT USED]
l8 1.4 ADMINISTRATIVE I2E:QUIREMENTS
t9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Conh•actor, subcontraetors 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 will be used to prepare minutes and retained by City for
iuture reference.
B. Preconstruction Meeting
l. A preconstruction meeting wilf be held within 14 days after the execution ofthe
Agreement and bef'ore Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the not�s of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Aktendance shall include:
a. P►�oject Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City rnay request
{;ITY OF PORT WOR"CI f lYatcr and Sanrtary SaFver Rep(acernent (:t�ntrncr 20/�l, GKSh!-t3
STANUARD CONSTRUC"PION SPFCtf'1CA'rION DOCUMEN'i'5 City Project No, 023b'S
Ret'iscd riugttst 17, 2012
Ot 31 19-2
YRGCONS'CRUC"1'(UN MEETING
Page 2 oC3
�
2
3
4
5
6
7
8
9
t0
ll
12
13
14
l5
16
r�
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
41
42
43
44
45
e. Othe�• �ity repres�ntatives
F. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeting.
b. City wi(1 notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting,
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent per•mits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction 5taking
h. Pro�ess Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site I.etter for Waste Material
I. Insurance ktenewaJs
m. Payroll Cei�tification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Ho(idays
s. Trench Safety Plans
t. Confined Space Et�try Standards
u. Coordination with the City's representative fi�r operations of existing wate�
systerns
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warnin� System
y. Contractor Evahiation
z. Special Conditions appficable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedares
hh. Final Acceptance
ii. Final Payment
jj, Questions or Comments
CI"CY OF FORT 4VORTH GYu1er cind Sanftary Seiver ReF�lnce,�ueru Contrucr 2(Jld, WS)LI-!J
STANDAKD CC�NS'fRUCT[ON SPBCIf�ICA'1'ION I70CU'vIF,N'I'S Cily Ptnjecl No. 02385
Revised Augus[ i 7, 2012
U111 (9-3
PRF;CONS'I'RiJC'('ION Y1F..L-.TING
Pttbc3 oP3
1
2
3
4
5
6
7
8
9
10
1[
12
1.5 SUBMITTALS [NOT USEDj
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 USEDj
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEj CONDITIONS [NO'I' USED�
1.12 WARRANTY (NOT USED�
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE 1>lAM�, SUMMARY OF CHANGE
l3
CITY C)f FOR"1' WOR`I'!�( bYater and Scrnr7ary,Setver• Roplacenrent Cartract 20/4, W,S�LI-IJ
STANDARD CONSTRUCTIC�N SP[:C(FICATtON DOCC`MBNTS Cih� Prq/'cot Na. 02385
Revised August t 7, 2012
Oi 31 2t)- i
PftOJECT !�tEBT[�;GS
Paga I of3
t
2
3 PART1- GEN�RAL
4 i.l SUMMARY
SECTION O1 31 20
PROJECT IviEETINGS
5 A. Sectian Includes:
6 l. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potentia[ problems
9 B. Deviations this City �f Fort Worth Standard Specification
10 l. None.
t( C. Related Specification Sections include, but are not necessarily limited to:
t2 l. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Contract
13 2. Division 1— Generai Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
t5 A. Measurement and Payment
16 1. Work associated with this Etem is considered subsidiary to the various items bid.
17 No separate payment will be allowed for this [tem.
18 1.3 RGFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIR�MENTS
20
21
?2
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
A. Coordination
I. Schedu[e, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout prog►•ess of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualitied and authorized to act on behalf afthe entity each represents.
3. Meetings administered by City may be tape recorded.
a. [f recorded, tapes will be used to prepare minutes and retained by City far
future referencc.
4. Nteetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Constructiori Neighborhood Meeti�ig
l. After the execution of the Ageement, but before conshuction is al(owed to begin,
attend 1 Public Meeting with affected residents ta:
a. Present 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. Contractor
CI"�YUt� FOft'I' WOR"t'H 1S4ueraridSar�itarySeti+�erRep/ac•e.rrreniCorrtracl3.Old, 4VSrLf-L)
S'i ANDARD CUN5'CRUC'I�ION SPLCIP[CATfON Di7Ct;MENTS Ciry Nrojec� No. 02355
Ri;vised J�ily I, 201 I
01 31 20-2
PROJGCC MEE'I'INGS
Pagc 2 of 3
I
2
3
4
S
6
7
8
9
t0
11
12
l3
14
15
16
17
18
19
20
21
22
23
24
Z$
26
77
28
29
30
31
32
33
34
35
36
37
38
34
40
41
42
43
44
45
46
47
48
b. Project Representative
c. Other City representatives
4. Meeting Schedu(e
a. In general, the neighborhood meeting wi(I occur within the 2 weeks following
the pre-construction conference.
b. [n no case will construction be allowed to begin until this meeting is he(d.
C. Progress Meetings
l. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings ko discuss specific topics will be conducted on an as-
needed basis. Such additional meetin�;s shall include, but not be limited to:
a. Coordinating shutdowns
b. installation of piping and equipment
c. Coordination between othei• construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative wil( preside at pro�ress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b, Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. [kems which impede construction schedule
e�, Revie�v of off-site fabrication, delivery schedutes
e. Review of construction interfacing and sequencing requirements with other
construction contracts
F Corrective �neasures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
l) Effect on construction schedule and on co�npletion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
p. Review status of t2equests for Information
C('I'Y OP �C1RT WOKTH 4Yu(er unrl Sanitmy Sewer Replaceme�rl Contract 2014, W,SM-D
SPANDAhI? CONS"PRUC't'ION SYECIFtCrYCION DOCUtviEN'GS Ciry Project No. 82385
ItevisedJuly 1,2C)II
013120-3
PROJCiC'I' MGE'CINGS
Pa�� 3 oF 3
t
2
3
4
5
6
7
S
9
l0
Il
12
l3
14
IS
16
t7
l8
19
20
21
22
23
6. Meeting Schedule
a. Pro�ess meetings wi(1 be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the exte�it practicable, meetings wilt be held at the Site.
1.5 SUBM[TTALS [NOT USED]
1.6 ACTIOt�t SUBMITTALS/IIYFORMA'TIONAI� SUBMITTALS jNOT IJSF,D]
1.7 CLOSEOUT SUBMiTTALS (NOT USEDj
1.8 MAINTE1vANCE MATERIAL SUBMITTALS (NOT USED�
1.9 QUALITY ASSURANCE [1�tOT USEDj
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [S1TEj CONDITIONS [NOT USED]
112 WARI2ANTY [NOT USED]
PART 2 - PRODUCTS [NOT USEDj
PART 3 - EXECUTION [NOT USEDj
END OF SECTION
Revision Log
DATE �ANIE SUMMARY OF CHANGE
Cl'I'Y C1E' Ft�R"f WOR'1'H GY'uter artd Sarritary Sewer Replacement C`ontruct 20/4, WS�L1-D
S"I'�1NUARU CONS"1'RUC'1'IdN SPBCl�1CATIC)N DOCCJM(:NTS Citv I'roject No. 02385
Revised.tul�° 1,20i I
013216-1
CUiJS"fRIJC'I'ION PKC)UIZ�:'SS SCFIEDtJLE
Page i of5
�
3 PARTl- GENERAL
4 1.1 SUMMARY
SECTION U132 16
CONSTRUCTION PROGRESS SCHEDUL�;
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Scheduie Guidance
9 Document
10 f3. Deviations from this City of Fort Worth Standard Specification
t 1 1. None.
t2
13
l4
15 1.2
16
l7
t8
l9 1.3
20
21
23
23
24
2i
26
?�
28
29
30
31
32
33
34
35
36
37
38
39
aa
C. Related Specification Sections include, but are not necessarily limited to:
I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
t. Work assaciated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed far this [tem.
REFERENCES
A. Definitions
1. Schedule Tiecs
a. Tier 1- No schedute submittal required by contract. Small, brief duration
projects
b. Tier 2- No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3- Schedu]e submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond progr�m
projects
d. Tier 4- Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: (arge water pump station project and associated pipeline with
interconnection to another gavernmental entity
e. Tier 5- Schedule submittal required by contract as described in the
Specification and he►•ein. 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 - Initia( schedule submitted before wark begins that wil I serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a prog��ess schedule dacumenting
progess on the project and any changes anticipated.
C.1"I'Y O1� FOft"!' WOR"I'H ivater nird Sanrtary Seirer lleplace�neirr l;c�ntrac.t 2(11 d, 6V5R� L)
S'CARUARD CONS"1'RtJCt'[O�! SYECIFICA"C[ON D(�CU�IGNTS City Projet:t,Vo 02385
Reviscd Suty t, 2€� i i
01 32 16-2
CONSTRUCTION PROURGSS SCHEllULG
Page 2 oPS
l 4. Schedule Narrative - Concise narrative of tlie schedule including schedu(e
2 changes, expected delays, key schedule issues, critical path items, etc
3 B. Reference Standards
4 l. City of Fort Worth Schedule Guidance Document
5 1.4 AUMINISTRATIV� REQUIREMENTS
6 A. Baseline Schedule
7 t. General
8 a. Prepare a cost-loaded ba.seline Schedule using approved software and the
9 Critical Path Method (CYM) as required in the City of Fart Worth Schedule
t0 Guidance Document.
l 1 b. Review the drait cost-loaded baseline Schedule with khe City to demonstrate
1? understandin�; of the work to be performed and known issues and constraints
t3 related to the schedule. �
14 a Designate an authorized representative (Project 5cheduler) responsible foi•
15 developing and updatin�; the schedule and preparing reports.
16 B. Progress Schedule
(7 l. Update the progress Schedule monthfy as required in the City of Fort Worth
l8 Schedule Guidance Document.
19 2. Pa•epare the Schedule Narrative to accornpany the monthly pro�ess Schedule.
2U 3. Chanbe Orders
2( a. Incorporate approved change orders, resulting in a ehange of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24
25
26
27
28
29
30
3(
32
33
34
35
36
37
3$
39
40
41
42
43
44
45
46
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress 5chedule and CPM Status
Report that delays to the critical path have resu(ted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
follawing actions at no additional cost to the City
a. Submit a Recavery Plan to the City for approva( revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or an�est the
delay to the critical path in the appY•oved schedule
2) [ncrease constructian manpower in such quantities and crafts as will
substantia(ly etiminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3} Increase the number oF working hours per shift, shifts per day, working
days per week, the amount of constl•uction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of wo►•k
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. [f no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of eFfort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, eta) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
C:1"CYOP FOR`C WUIZ"t'H ff%atrrnndSanitarySetverRep(acemc�uCc�nu�net?Ol4, GY,S�bf-L�
5'T'ANT7ARD CONS"I'RUC"1'�ON SPECll�[CA-C[ON DOCUMENTS (�iry Project No. 02385
ftavised July 1, 2011
U1 32 16-3
CONS'f12UC"19C�N I'[tnGRtsSS SCHED[.lL6
Pa�e3 ��f'S
3
4
5
G
?
8
9
10
ll
12
13
14
15
l6
t7
18
l9
20
21
22
23
24
25
2b
27
�g
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
�6
D. The Contract comple2ion time will be adjusted on(y for causes spec;itied in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Cont��act.
a} The City will, after receipt of such justification and supporting
evidence, make findings of f'act and will advise the Contractor, in
writing thereof.
2} If the City finds that the requested extension of time is entitted, the City's
determination as to the total number of days allowed for the extensions
shal! 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 affeck any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2.
3.
Sut�mit each request for change in Contract completion date to the City within 3Q
days after the beginning of the d�lay for tivhich a time extension is requested but
before the date of final paymet�t under this Contract.
a. No time extension will be ��anted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary For the Contract schedule or eomp(etion
time to be adjusted by the City to reflect the eftects of job conditions, weather,
technical difficulties, sti•ikes, unavoidab(e delays on the part af the City or its
representatives, and other unforeseeabte conditions which may indicate
schedule adjustments or campletion time extensions.
1) Undei• such conditions, the City will direct the Gontractor to res�hedule the
woi•k or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation wili be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffeeted work, in wiiich
case the Contractor shall take all possible action to minimize any time
extension and any additianai cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor,
Float or slack time is defined as the amotmt of time between the eartiest start date
and the latest start date or bet�veen the earliest finish date and the latcst finish date
of a chain of activities on the Baseline Schedule.
a. F(oat or slack time is not for the exclusive use or benet7t of eiti�er the
Cantractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float tune according to the needs of the project.
CI"CY OP FOft'I' WO(t7'Fl lNater And Sattttart� 5'eiver Ke�lacernerrt (:'ornrac� 2014, W'S�LI-O
S"TANDARD CONS9'RUC'l'ION SPGCII�(CA'I'tON DOCUMEN'fS Ciry I'roject Nn, U2385
Revised J�dy I, 201 I
01 32 16-4
CONSTRUCTt�N PROGRBSS SCf{EDU[,E
Page4 of5
t
2
3
4
5
6
7
8
9
10
il
l2
13
l4
15
16
l7
c. Acknowledge and a�C•ee that actua( delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
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 pe�•formed under this Contract conctrrrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shalf be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine ttze work priority of each contractor and the sequence of work necessary
to expedite the comp(etion of the entire Project.
a. [n such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
t8 1.5 SUSMITTALS
19
20
21
?2
23
24
25
A. Baseline Schedule
I. Submit Schedule in native file format and pdf format as rec�uired in the City of Fort
Worth Schedule Guidance Document.
a. Native file format inctudes:
t) Primavera (P6 or Primavera Contractor)
2. Submit draft base(ine Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
26 B. Progess Schedule
27 1, Submit progress Schedu(e in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit pro�;ress Schedule monthly no later than the last day of the month.
30 C. Schedule Narrative
3 t 1. Submit the schedule narrative in pdf Format as requi►•ed in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no later than the last day of the month,
34
35
36
37
38
39
D. Submittal Process
2.
3.
The City administers and manages schedules through Buzzsaw.
Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document,
Once the project has been completed and Final Acceptance has been issued by the
City, t�o filrther progress schedules are required.
CITY t�F FOR'1' WORTF{ l�cner cna�l ,Sanrta�y Setiver Iteplaceri�est Cofrtrac�! 2!1 /Q, G1=Srt1-D
S'i'ANDARD CONS"CRUCTION tiPF,CIFIC:1"t'TON nOCUMF�:N'IS CitP P�'nj�c[ �Va. 01.�85
Rcvised July {, 20l t
OI3216-5
CONSTRUCTION PROG(tESS SCHEDUI.F.
Page 5 of 5
1
2
3
4
5
6
7
8
9
t0
il
12
13
14
l5
ib
l7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSGOUT SUBMITTALS [NOT USEDj
1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED]
19 QUALITY ASSURANCE
A. The person preparing and revising the construckion Progress Schedule shall be
experienced in the preparation of schedules of similar compleYity.
E3. Schedule and supparting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is respoasible for the quality of all submittals in this section meeting the
standard of'care for the construction industry for similar p�•ojects.
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 F[ELD [SITE] CONDITIONS [NOT USED]
1.12 WARRA1vTY [NOT U5EDj
PART 2 - PRODUCTS [N41' USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SLJMMARY OF CHANGE
18
CfI'Y OI� Ff)[t"C WOIZ'fH �V"r�ter arrd Sarritary Sefver Replacemen[ Contrac12014, di�S,bi-D
5'I'ANbARD CUN51'Itt1C"CfON SPGC t�fCAT[ON DOCU�iT-NTS Ciry Project No. 0?385
Kevised July l, 2(71 I
01 32 33 - I
PRGCGNSTRUCTION VIDGO
Ptige 1 oF2
1
2
3 PART 1 - GENERAL
4
5
6
7
8
9
10
I1
l2
(3
14
l5
16
l7
t8
19
20
21
22
23
2�1
25
2b
27
�g
29
30
31
32
33
S�CTION O1 32 33
PRECONSTRUCTION VIDEO
1.1 SUMMARY
A. Section Inctudes:
l. Administrative and procedural requirements for:
a, Preconstruction Videos
E3. Deviatior�s from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessa��ily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDUI2ES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the varivus items bid.
No separate payment will be allowed for this Item.
1.3 REFERCNCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
I. Produce a pi•econstruction video of the site/alignmenk, 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.
L5 SUBMITTALS [NOT USED]
1.5 ACTION SUBMTTTALS/INFORMATIUNAL SUBMITTALS [NOT USED]
1.'1 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUSMITTALS [N�T USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDL[NG [NOT USED)
1.11 FIELD [SCTE] CQNDITIONS (NOT USFD]
1.12 WARRANTY (1vOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FOR"C WOR"I'H Gf'atar cn�d Sanitary Seu�ei• Reptarerrie�rt Corr(ract ?!11 d, GY.Srtl L�
S't'ANDAIZD COidS"PRUC'I'f01�3 SPECIFfCA't'ION DOC[I(v1GNT5 Ciry Project No. 02385
RevisedJuly t,20I1
01 32 33 - 2
P[Z�:CONS'I'RUC't'lOtd V[DEO
Pagez oP2
PAR'I' 3 - EXECUTION [NOT USED)
END OF SECTION
Revision Log
I7ATB NAME SiJMMARY OF CHANGE
CI'fY OI� FORT WOCtT'I{ l�iiter and,Sanitnry Sewer Ret�laceat�eru Conlr•act 2�1d, EVS,1f-D
51'ANI7ARL� CONSTR[ICTION SPf-.CIfICA'PION DOCiJMEN'PS City Prnject No. f)21P5
Revised July i, 2()i t
t) I 33 f3U - i
tiUf3Mt'Cl'AL.S
Fagc I ot'8
�
3 PAR'T 1 - CENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
Il
12
13
14
15
16
17
SECTION O1 33 00
SUE3MiTTALS
A. 5ection Includes:
l. General methods and requirements of submissions applicable to the following
W�rk-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessariiy limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— Gene� al Requirements
PRICF AND PAYMENT PROCEDURES
1.2
18
19
24
21 1.3
22 1.4
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Work associated �vith this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
RFFERENCES [NOT US�D]
ADNIINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
�. Coordination of Submittal'I'imes
a. Prepare, pi•ioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
speciiied in the individual Work Sections, of the SpeciEications.
b. Contractor is responsible such that the insta(lation wilt not be c�elayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purc(7asing
e) Fabrication
� Delive�y
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's faiture to
transmit submittals sufficiently in advance of the Work.
Cl'I'Y OE�` EORT WOR"PH ��Yater and Scirirta�y,Seiner Repincenre�rl t:;�irtract 2014, 4�SM-I�
S"I'ANDAftQ CONS'CftUCt'ION SPECtEtC�1'CIC)N DOCUMTNTS Citv Project Nu. D,?385
ttcviscd Dcccmber 20, 2Q 12
U13300-2
SUBMITTALS
P�ge 2 oP8
l
2
3
4
i
�
7
8
9
l0
tl
12
13
14
15
16
(7
t8
19
20
21
22
23
24
25
26
27
28
�9
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
d. Make submittals promptiy in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
cont��actor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the app(icable Specification Section Number.
6. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawin� submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the satne drawing (i,e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 oo-as-B
I) 03 3Q 00 is the Specification Section for Concrete
2) 08 is the eighth initiat submittal under this Specification Section
3) B is the third submission (second resabmission) of that particular shop
drawinb
C. Contractor Ce��tification
1. Review shop drawings, product data and sampfes, inciuding those by
subconh•actors, prior to submission to determine and verify the fo(lowing:
a. Field measurements
b. Fietd canstruction criteria
c. Catalog numbers and similar data
d. Canfarmance with the Contract Documents
2. Provide each shop dra�ving, sample and product data submitted by the Contractor
with a Certificatian Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "By this submittal, I hereby repi•esent that [ have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/ inches x 1 1 inches to 8%z inches h i 1 inches.
2. Bind shop drawings and product data sheets together.
3. Ocder
a. Cover Sheet
1) Description of Packet
2) Contractor Cet�ti fication
b. List of items / Tabie of Contents
c. Product Data /SIioE7 Dr•awin�;s/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
C{TY OF PORT WO�'I'I [ GYn[ernn�lSanfldry S`ervcr Replrrcenie�rt Canrracr 2U; l, Gf4S,t� IJ
STAND.ARD CONSTRUC'T'ION SPEC[P'[CATIUN DOCIIMEN'1'S Cit}� l'roject Na. (12i85
Revised Decembar 20, 2012
JI �300-3
S UI3W t't"i'ALS
Page 3 of $
2
3
4
5
6
7
8
2
3
4
5.
6.
7.
8.
9.
l0
Il
The Project title and number
Contractor identification
The names of:
a. Contractor
b. Supplier
c. Manufacturer
Identification of the product, with the Specification Section number, page and
paragraph(s}
Field dimensians, clearly identified as such
Relation to adjacent or critical feakures of the Work or materials
Applicable standards, such as ASTM or Federal Specification numbers
identi�cation by highlighting of deviations from Contract Documents
Identification by hightighting of revisions on resubmittals
An 8-inch x 3-inch blank space for Contractor and City stamps
9
10
tt
12
l3
t4
15
16
17
18
19
20
21
22
23
2�
25
26
27
F. Shop Drawings
I. As specified in individual Work Sections inc[udes, but is not necessarily limited to:
a: Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 I) Provide such measurements and note on the dra4vings prior to submitting
32 for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data may include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catal�g data)
40 1) Such as the manuf'acturer's product specification and installation
4l instructions
42 2) Availabi(ity of colors and patterns
43 3) Manufactui•er's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Productphatographs
C[TY Of FORT WORTH li�ater arrd Sunitat}� Setiver Replac•emenl Contract l�l�t, G1�S:t� CJ
STANUARD CONS'IRUC"I'[ON SPECIFIC'ATION L)OCUMGN'CS Cily Prr�ject Nn. 02355
Kcviscd Deccmbt:r 20, 2012
0��3oo-a
SIJBMITTALS
P�ge 4 of S
1 7) Standard wiring dia��ams
2 8) Printed performance curves and operational-range diagrams
3 9} Production or yua(ity cantrol inspection and test reports and certiftcations
4 10) Mill reports
5 1 1) Product operating and maintenance instructions and recornmended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections, ine(ude, but are not necessarily limited to:
l0 a. Physical examp(es of the Work sl�ch as:
11 l) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products colar/texture/pattern swatches
! 4 and range sets
l5 4) Specimens for coordination of visua( effect
(6 5) Gi•aphic symbols and units af Work to be used by the City for independent
17 inspection and testing, as applicabte to the Work
t8 1. po not start Work requiring a shop drawing, sample or product data nor any material to
19 be fabricated or instalied p►�ior to the appcoval or qualified approval of such item.
20 1. Fabrication perfarmed, materials purchased or on-site canstruction accomplished
21 which does not conf'orm to approved shop drawings and data is at the Contractor's
22 risk.
23 2. The City will not be (iable for any expense or dc;lay due to corrections or remedies
24 required to accom�lish conformity.
25 3. Complete project Work, materials, fabrication, and instatlations in conformance
26 with approved shop drawings, applicable samples, and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for e(ectronic submittals to be
30 uplaaded to City's Buzzsaw site, or another external FTP site approved by the
3 I City.
32 b. Shop Drawings
33 1) Upload submittal to designated project directory and notify appropriate
34 City representatives via email of submittal posting.
35 2) Hard Copies
36 a) 3 co�ies for ali submittals
37 b) If Contractor requires more t}ian I hard copy of Shop Drawings
38 returned, Contractoc shall submit more than the number of copies listed
39 above.
40 c. Product Data
41 1) Upload subinittal to designated project directory and notify appropriate
42 City representatives via email of submittal posting.
43 2) Hard Copies
44 a) 3 copies tio�� all submittals
45 d. Samples
�6 l) Distributed to the Project Representative
47 2. Hard Copy Distributic�n (if required in lieu of electronic distribution)
Ct'I�Y OF FOR'I' �,1�CiR't'I t lYcrter mid Sunrlary Sewer Repltrcernent Coritrucrt 20l4, (4'S�L!-fl
ST,4NDARD COivS`i'[tUC1'IC)N SPf:CTFICATtON �)OCLIR-iL-NTS Cih� l'r•ojecl No, 0331i5
2evised Deceml�er 20, 2012
11I 33 OCI - 5
5LTE3 ib11TT`A LS
Pagc 5 oP S
t
2
3
4
5
6
7
8
9
t0
11
12
13
14
15
i6
17
!S
19
20
2I
22
23
?4
zs
26
27
28
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submitta(s
b) 7 copies for alt ather subrnittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
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
i) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of a{�proved shop drawings and copies of appc•aved
product data and samples, where required, to the job site tile and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submitta) Review
1. The review of shop drawings, data and samples will be for generaE conformance
with the design concept and Contract Dacuments. This is not to be construed as:
a. Permitting �ny departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
29 2. The review and approval of shop drawings, samples or product data by the City
30 does not relieve the Contractor from his/her responsibility with regard to the
31 fulftllment of the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3. The Contractor remains responsible for details and accuracy, for coordinating the
35 Work with all other associated work and trades, f'or selecting fabrication processes,
36 for techniques of assembly and for pet•forming Work in a safe manner.
37 4. [f the shop drawings, data or samples as submitted describe variations anct show a
38 departure from the Contract requirements which City finds to be in the interest of
39 the City and to be so minor as not to involve a change in Contract Price or time for
40 performance, the City may return the reviewed drawings without noting an
41 exception.
42 5. Submittafs will be returned to the C,antractor under 1 of the following codes:
43 a. Code 1
44 1} "NO F,XCEPTIONS TAKEN" is assigned when there are no notations or
45 comments on the submittal.
46 a) When returned under this code the Contractor may release the
47 eyuipment anci/or rnaterial for manufacture.
48 b. Code 2
C[TY OP FOR"C WO[2'1't I Wcrter nnc! Sani[nry Sewer ReF�lcrce�itent Corad�•acf ZOt d, l4;15bf-D
STANDARI� CONS'I'RUC"T`ION SF'ECI �ICA"i'ION DOCUMENZ'S City Prr�jec[ h`a �2.i8S
Revised December 20, 2t�12
Ol 3300-6
S�IBMITTALS
Page Fi oF8
8
9
10
Il
l2
13
14
1S
16
t7
18
19
20
21
22
23
�4
25
26
27
28
29
30
31
32
33
34
35
36
37
38
1) "EXCEPT[ONS NO'I'ED", This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a} The Contractor may relc;ase the equipment or material for manufacture;
however, a(1 notations and camments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/[tESUBMI'i'". 'rhis combination of codes is
assi�ned when notations and commettts are extensive enough to require a
resubmittal of the package.
a) The Contractor ►nay release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This i•esubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within t 5 Calendar Uays of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
l) "NO`I` APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) "i'he Contractor must resubmit the entire package revised to bring the
submitta! into conformance.
b) [t may be necessa�y to resubmit using a different manufacturer/vendor
to meet the Coniract Documents.
6. Resubmittals
a. Handled in the same manner as first submitta(s
1) Corrections other than requested by the City
2) Mar(ced with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1} All suUsequent reviews will be performed at times canvenient to the City
and at the Contractor's expense, based on the City's oi• City
Representative's then prevailing rates.
2) Provide Contractor reimbut•sement to the City within 30 Calendar Uays for
all such fees invoiced by the City,
c. The need for more than 1 resubmission or any other detay in obtainin�; City's
review of submittals, will not entitle the Cantracto�• to an extension of Contract
Time.
39 7. Partial Submittals
40 a. City reserves the right to not review submitta(s deemed partial, at the City's
41 discretion.
42 b. Submittals deemed by the City to be not cotnplete will be returned to the
43 Contractor, and will be considered "Not Approved" until resubmitted.
44 c. The City may at 'rts optian �rovide a list or mark the submittal directing the
45 Contractor to tl�e areas that are incom�lete.
46 8. If the Contractor considers any correction indicated on the shop drawings to
47 constitute a change ko the Contract Documents, then written notice must be
48 provided thereof to the City at (east 7 Calendar Days prior to release fot•
49 manufacture.
Ct"!'Y(lFb'OR"f WOR`I'[-i N�u[eraudSm�r(arvSewer!{epluce�r�entCantract 7f11d, Yt'SPof-L7
STANI7ARD CGNS'IRLJ(;TION SPGC(P[CATION DOCiJMGitiTS Ciry Prpjer,t No, 02?85
Kevised December 20, 2C112
01 33 00 - �
SUAMtTTALS
Fage 7 of 8
I 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 l0. Each submittal, appropriately coded, will be returned within 30 Calendar Uays
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections, include> but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove ak the completion of the Work or when directed.
10 M. Qualifications
1 t I. (f specifically required in other Sections of these Specifications, suhmit a P.E.
12 Certification for each item required.
13
14
15
lb
17
18
19
�a
2t
22
23
24
25
26
27
28
29
30 1.5
N. Request for information (RFI)
1. Contractor Request for additional information
a. Clarifi�;atiun uc interprelatiot� uf the contract ilocuments
b. When the Contractor believes there is a contlict between Contract Documents
c. When the Contractor believes there is a contlict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Infoz•matian (RFI) form �rovided by the City.
3. Numbering of RFI
a. Prefix with "RF(" followed by series number, "-�x", beginning �vith "O 1" and
inereasing sequenkially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will Ing each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City wiil issue a Field Or•der or Change
Order, as appropriate.
SUBMITTALS [NOT USED�
31 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBM[TTALS [NOT USED]
32 1.7 CLOSF.OUT SUBMITTAL5 [NOT US�D]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY, STORAGE, AND HANDLING [NO'[' USF.11]
36 1.11 E'IELD [SITE) CONDITIONS [NOT CTSED]
37 1.12 WARI2ANTY [NO'I' USED]
Cf"1'Y OF HOR"T' W02`Tfi H-at�r urtct Suiritury S'eiver 2epincenteal Carttruct 2Uld, N�S�bf-D
STAiVDARD CONSTRUCTi(�N Sf'F,CfP[CATiON DOCUh9EN'CS Ciry YrUjec! Nn. 1�238?
Revised December 2�), 201?
Ol 33 QO - 8
St1BMCP`t'AI..5
Page 8 oC8
1 PART 2- PKODUCCS [NOT USED]
2 PART 3- EXECUTION [NOT US�D)
3 END OF SECTION
Revision Lng
DATE NtiME StJIvIMARY OF CHANGE
12/20/2012 U. Johnson 1.4.K.8. Working Days modifed to Calendar Days
CPI'Y OF POR'i' WOftTFi Wnter ancl Sunitary Seiver Replcicerrrent Cvnlruc� 2014, Gf�hl-p
S'1'ANUA2D CONYTRCiCTIf)N SPEC[FLCA'1'!ON DOCCiMF.NTS City Project Ido. (12385
Revisaci Decemher 20, 20 ( 2
013513-I
SPFC:tAt. PROJF.C`I' PROCEDURES
Pil�l. I Uf g
1
?
3 PART 1 - GENERA.L
4 1.1 SUMMARY
S
6
7
8
9
l0
11
]2
13
t4
15
16
l7
18
l9
20
21
22
23
SECTION 0135 13
SPECIAL PROJECT PROCEDURES
A. Section Includes:
l. The pracedures for specia! project circumstances that includes, but is not limited ta;
a. Coordination with the Texas Department of Transportation
b, Work near High Voltage Lines
c. Confined Space Entry 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 permits areas
j. Dust Controt
k. Employee Parking
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
i. 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
24 1.2 PRICE AND PAYMENT PROCEDURF,S
25
zb
27
28
z�
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
l. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this [tem wiil be by lump sum.
b. Payment
1) The work performed and materia(s furnished in accardance with this Item
wi(t be paid for at the lump sum price bid for Railroad Coordination.
c. 'I'he pi•ice bid shall inctude:
1) Mobilization
2) Inspection
3) Safety training
4) Additionaf [nsurance
5) Insurance Certificates
6) Other requirements assaciated with general coordination with Railroad,
inc(uding additional employees required to protect the right-of-way and
property of the Railroad from damage arising out oFand/or from the
construction of the Project.
2. Railroad Flagmen
CI'I'Y Oh' FpIZ'I' bV0[t'CI l H�ater arid Sn�iitaiy Sesver Repince�nent Contract ZOf 4, Gi;S,1�f-(J
STANDARD Cf�NS'['RtJCTtON SPECIFICATI(7N DUCUMEN"I'S Crty Pr•qjec[;ti�a 02385
Revised December 20. 2012
f71 3 5 I 3- 2
tiPECIAL PROJIiCT PROCF.DUR(:S
Page 2 <�f 8
1
2
3
4
5
6
7
8
9
(0
]l
12
I3
a. Measurement
1) Measucement for this [tem will be per working day.
b. PaymenC
I) The �vork performed and materials furnished in accordance with this [tem
will be paid for each working day that Railroad Flagmen are present at the
S ite.
c. The price bid shall include:
i) Coordination for scheduling flagmen
2) Flagmen
3) Othee reyuirements associated with Railroad
3. All other items
a. Work associated with these [tems is considered subsidiary to the various Items
bid. Na separate payment will be allowed far this [tem.
f 4 1.3 R�FER�NCES
15 A. Reference Standards
16
t7
l8
19
20
2t
22
2.
3
Reference standards cited in this Specification refer to tl�e 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.
Health and Satety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
North Centraf Texas Council of Governments (NCTCOG) — Clean Construction
Specification
23 1.4 ADMINISTRATNE REQUIREMENTS
24
25
26
��
28
29
30
31
32
33
34
35
36
37
38
39
40
4l
42
43
44
45
A. Coordination with the Texas Depa��tment of Transportation
1. When work in the right-of-way which is under the jurisdiction of the Texas
Depa�rtment of Transportation (T'xDOT):
a. Notify the Texas Department of "Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. A!1 work performed in the TxUOT right-of-way shall be performed in
comp(iance with and subject to approval fi•om the `Cexas Depac•tment of
Transportation
B. Work near I-{igh Voltage Lines
1. Reguiatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measw•ed between
conductors or between a conductor and the �nound) shall be in accordance with
Health and SaFety Code, 'Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of si�fficient size meeting al( OSHA requirements.
3. Equipment operating within 10 feet of higli voltage lines will require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. [nsulator links on the liFt hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set fortl� by OSHA and the
safety requii•ements of the ownei• of the high voltage lines
4. Work within 6 feet of high voltage e(ectric lines
C!'I'Y OF FOR"I' WO[i,'t'I{ t4�at�r nud Su�ritnrv,Svtivvr Rep(acenient Conocac�t 301d, 4KS:i4-IJ
S'I';�NDARD GONSTRI �CTfON SPGC(F[CATION DC)CUMIiN"tS Clty f'r�jec! No. UZ3S5
Revised Dccember 2C, 2U 12
01 35 13 - 3
SPECIAL PIZOJF,C'I' PROCEDURF.S
Page 3 of 8
t
2
3
4
5
6
7
8
9
(0
It
12
13
14
15
16
17
l8
[9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
a. Notification s11a11 be given to;
1) The power company (eYample: 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 barriers, de-energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Pro�;ram
l. 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 accordanca with OSHA's Permit Required for
Contined Spaces
D. Air Poliution Watch Days
l. General
a. �bserve the fo(towing guidelines relating to working on City construction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. 'I'ypical Ozone Seasan
1) May I throu�;h 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 Service, will issue the Air Pollution Watch by 3:Q0
p.m, on the afternoon prior to the WATCH day.
b. Requirements
1) E3egin work after I0:00 a.m. whenever construction phasing requires the
use of motorized equipment for periods in excess of I hour.
2) However, the Contractor may begin work prior to 10:00 a.m. if:
a) Use of motorized equipment is less than t hour, or
b) If equipment is new and certified by F,PA as "Low Bmitting", or
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
atternative fuels such as CNG.
E. TCEQ Air Permit
I. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
40 F. Use of Explosives, Drop Weight, Etc.
41 1. When Contract Documents permit on the project the following will apply:
42 a. Public Notification
43 1) Submit notice to City and proof of adequate insurance coverage, 24 hoi�rs
44 prioe ta commencing.
45 2) Minimttm 24 hour public notification in accordance with Section Ol 31 t 3
46 G. Water Department Coordination
CITY OP FOR"C WOR'I�fl Wnter an�lSunrtuiy� SeEvar Reptuaenrent Cantracd 20/4, R:S,LI-ta
STAiVDARLI CONS't'Rt!CI'IOhf SPI3C1PfCA'I'1f7N DOC[JMENT'S Citv Project No. 0��8.i
Revised Decemhvr 20, ZG I 2
01 35 13 - 4
SPGC[AL PROlF:C'1' PROCEsDUR[:S
Page 4 of 8
8
q
10
11
12
13
14
15
16
t7
18
19
1. Uuring the construction af this project, it will be necessary to deactivate, for a
period of time, existing lines, The Contractor shall be required to coordinate with
the Water Depa��tment to determine the best times for deactivating and activating
those lines.
�. Coordinate any event that will require cnnnecting ta or the operation of an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. [f needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the evcnt that a water valve on an existing live system be turned off and on
to accotnmodate the eonstruction of the project is required, coordinate this
activity through the appropriate City representative.
1) Do not operate water line valves of e.cistin�; water system.
a) Failure to comp[y will render the Contractor in violation of Texas Penal
Code `I'itle 7, Chapter 28.03 (Criminal Mischiet) and the Contractor
will be prosecuted to the full extenl of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
H. Public Notification Prior to Beginning Construction
20 l. Prior to beginning construction on any b(ock in the project, on a block by block
2! basis, prepare and deliver a notice or flyer of the pending construction ta the fi•ont
22 door of each residence o�• business that will be impacted by construction. The notice
23 shail be prepared as follows:
24 a. Post notice or tlyer 7 days prior to beginning any constiuction activity on each
25 block in the pr�ject area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of constructian activity)
31 d) Actual construction duratian within the block
32 e) Name of the contractor's forema�z and phone number
33 t) Natne of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre-constructian notiFcation' filyer is attaci�ed as Exllibit
36 A.
37 3) Submit schedule showing the construction start and tinish time for each
38 b(ock af the project to the inspector.
39 4) Ueliver flyer to the City Inspector for review prior to distribution.
4t) b. No construction will 6e allowed to begin on any block until the flyer is
4l delivered to all residents of tlle block.
42 L Public Notification of'I'etnparary Water Service [nterruption during Construction
43 1. [n the event it becomes necessary to temporarily shut down water servict to
44 residents or busi�iesses during construction, prepai•e and deliver a notice or f[yer of
45 the pending interruption to the front door of each affected resident.
4G 2. Prepared notice as follows:
47 a. 'I'he notification or flyer shail be posted 24 hours prior to tt�e temporary
48 inte��ruption.
CCI'Y �� E�ORT WOR"P(�l G{�a1er and Scnritnry Sew¢r fleptacomcnt CaNr��c( 2U14, 14'SM-1?
S'{'rW DARD CONSTRt �CTION $Pf;CI FtCA"t'ION DUCt ttvlf,N'1'S Crry Yr�ojecl �4�n. 02335
ftevi;ed Decemher2�).2012
pl 3i 13-5
SPEt:IAL PRO.fECT PROCEn[lRFS
Pagc 5 vF8
1
2
3
4
5
6
7
8
9
10
I(
12
l3
l4
t5
(6
17
!8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
42
43
44
b, Prepare flyer an the cantractor's (etterhead and include the fo(lowing
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of khe contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
E�chibit B.
d. Deliver a copy of the tempot�ary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water serviee can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained fro►n the Project
Construction Inspector.
J. Coordination with United States Army Corps of Engineers (USACE)
l. At locations in the Project where construction activities occur in areas where
USAC� permits are required, meet all reyuirements set forth in each desi�;nated
permit.
K. Coordination within Railroad Permit Areas
I. At locations in the project where construction activities occur in areas where
raitroad permits are required, meet all requirements set forth in each designated
railroad permit. This inc(udes, but is not lirnited 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 from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for veri�fication of working days that raiiroad Elagmen
were present on Site.
L. Dust Control
l. 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 slurry.
M. Employee Parking
1. Provide parkin�; for employees at locations approved by the City.
CITY 0� FOftT WOftTf [ Gytater nird 5"anftnr�� .Sewer Repincemertt CmtU'aci 3014. GY.S';4� L)
STAi'v�DARD CONSTRUCT[ON 5PGCIFIt:ATiON DOCU'�iGNTS Crry Pr-q�cet rVo. 023d5
Revised December 20, 201 Z
UI 3513-6
SPECIAL. P[tOJECf PROCEDUR6S
Pagc ti of'8
I
2
3
4
5
6
7
8
9
10
11
t2
1.5 SUBMITTALS [NOT USED)
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
t.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [IYOT USED)
1.9 QUALITY ASSURANCE [NOT USED�
1.10 DELIVERY, STORA,G�, AND HANDLING [I�tOT USEDj
1.11 FIELD (SITE] CONDITIONS [NOT USED]
1.12 WARRANTY (NOT USED]
PART 2 - PRODUCTS [NOT USEDl
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAI�tB SUNIMARY OF CHANGE
1.4.8 — Added requirement of compliance with Ilealth and Safcty Code, "1'itle 9,
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltuge Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining �"I'CEQ Air Permit
13
Cl'I'Y OF Ft)RT WORTH {4'al�r a�id Saxifat}J.Seia�er Repkxcemant Cnnh�crct 20l�#, Yt;S�bf-D
S`1'ANllARI) CONS"CRUGTION SPCCIP[CATION [?OCtIMF.NTS City Prnjcct Nn. 0?3$5
Revised Gecember 20, 2U12
�I 3513-7
SPECIAL PRO.fEC'1' PftOCEUURES
Page7 of3
1
2
3
4
5
6
7
8
9
to
It
12
13
14
15
16
17
t8
l9
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
3�
35
36
37
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
�
I �
J
, �
�
THIS IS TO INFORM YOU THA7 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.
tF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
tSSUE, PLEASE CALL:
Mr. <CQNTRACTOR'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
Cl'I'Y OF t'0{L't' WOR"I'H lYater ar�� Snrrrtnry Sewer Replace�nerit C:o�itrncr.'0/•J, i4S�t4-[�
S'PANDAKD C:C7N5"PRUCTIUN SPECI�ICA'CTON t70CUM6NT5 City f'rojeet No. fJ23B5
Revised December2f}, 2(?I2
(1I 35 13 - 8
SPECCAL f'ItUJ8C7' FROCEDURL'S
Pagc 8 of 8
�
2
EXHIBIT B
� �„P��T WORTH
�
�.:
�Ko.�
� �.:
I�IOTICE OF TEwlPORARY WATER SERVICE
INTERRiYPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOd. YOUR
WATGR 3ERVICG WiLL BE INTERRUPTED ON
BLTTWEEN THE HOURS OE' AND
IF YOU FYAVE QUESTION5 ABOUT THIS SHLT-OLJT, PLEAS� CALL:
Mit. AT
(CONTRACTORS S,UPEY�LINTENDEN'1� (TEI.EPAONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS 1NCONV�NIENCE WILL BE A5 SHORT AS POSSIBLE.
THANK YOU,
,'CONTRACTOR
3
4
C[`CY OF FOI2'I' WOR'I'H Wareru�vc�SanrtarySewerltaplace�nee�[Conlract2014, IYSA1 FJ
S'I'ANI_lARD C(7NSTI2IICT[ON SPCC'IPICATION DC)CU�9ENTti Clly Projec! No, 1123$5
ftevised Uec;ember �!), 20 ( 2
014523-I
T'ESTING AND [NSPF.C"i'[ON SGRV[CFS
Pagc I uf2
9
3 PART1- G�NLRAL
SECTION Ol 45 23
TESTING AND INSPECTION SERVICES
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coardination
7 B. Ueviations from this City af Fort Worth Standard Specification
8 1. None.
9
10
11
t2 1.2
13
14
l�
16
17
18
19
20
2l
22
23
24
25 1.3
C. Related Specitication Sections ulclude, but are not necessari(y limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— Generat Requirements
PRICE AND PAYMENT PROCEDURES
�. Measurement and Payment
l. Work associated with this [tem is considered subsidiary to the various Items bid.
No separate payment wiIl be aliowed for this Item.
a. Contractor is responsible fbr performing, coordinating, and payment of all
Quality Contro[ testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
t) If the first Quality Assurance test performed by the City fails, the
Contractar is responsible for payment of subsequent Qua(ity Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
REFERENCES [NOT USFD]
26 1.4 ADMINISTRATIVE REQIJIREMENTS
27
28
29
30
31
32
33
34
35
36
37
38
A. 'i'esting
1. Camplete 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 Contractor, notify City,
su�ciently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
t) Confirm development of Project directory for electronic submittals to be
uploaded to City's Eiuzzsaw site, or another external FTP site approved by
the City.
CCfY OF FOR`7' b4`OKl'H GUuterar�d Sutrituiy,Seu�er Replacement Cor�truct'0l4, lf;Sd�/-D
STANDARD COiVSTRUCT[ON SPECfI�[CA'IYOI� DOCUMEri'i'5 Ci1y ProjecrNa. 02355
Rcvised JuIY I, 2(71 I
I
2
3
4
S
6
7
8
9
10
((
12
13
14
l5
t6
17
18
l9
20
21
22
23
24
25
26
01 45 23 - 2
TESCING AND INSPGC'i'IdN SERVICES
Page2 oF2
2) Uplaad test reports to designated project directo�y and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) i copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution}
I) Tests performed by City
a) Distribute ] hard copy ko the Contractar
2) Tests performed by the Contractor
a) Distribute 3 hard copias to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime materia! including the following information:
a. Name of pit
b. Date of delivery
a Material delivered
B. Inspection
1. Inspection or [ack of inspection does not relieve the Contractor from obli�ation to
perform work itt accordanee with the Contract Documents.
1.5 SUBMITTAI�S [NOT USGD]
1.6 ACTION SUBMIT'TAL,S/INrORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SiJBMI'1"TALS [N01' USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSUItANCE (NOT USEDJ
1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED]
1.11 I�'IELD [SITE] CONDITIOIYS [NOT USED]
1.12 WAItRANTY [NOT USED]
PART 2 - PRODiJCTS (NOT [ISI:Dj
27 PART 3- F.XFCUTION [NOT USED]
28
29
30
�ND OP' S�CTION
CCI'Y OP PORT bV(_lR1'Fl 6V'iuer and Snnita�y Seiver Replacelnerit Caru�cict 2014, t4'tiA4-L�
S"Pr1N DARD CON S'I'ItUC'1'fC7N SPECI FICA"flON DOCL`[vIL�N'!'S Clty Prq��cr :Vo. I)23$S
Re��ised July I, 2U1 I
0l 5(10Q. �
PEMPORARY FACILI'I'tES ANd CONTROL5
Pagc i of4
t
2
SECTION O1 50 00
TEMPORARY FACIL[TIES AND CONTROLS
3 PARTl- GENERAL
4 1.1 SUMMARY
� A. Section Includes:
b 1. Provide ternporary facilities and controls needed for the WorEc including, but not
7 necessarily limited to:
& a. Tempor•ary utilities
9 b. Sanitary facilities
t0 c. Storage Sheds and Buildings
t 1 d. Dust control
12 e. Temporary fencing of the construction site
l3 B. Deviations from this City of Fort Worth Standard Specification
14 l. None.
[5
16
17
18 1.2
C. Re(ated Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division l— Generat Requirements
PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERtiNCES [IYOT USEDj
23 1.4 ADMINISTRATIVE REQUtRLMENTS
24
25
26
27
28
29
30
3(
32
33
34
35
36
37
38
39
40
A. Temporary Utilities
1. Obtaining'I'emporary Service
a. Make arrangements with utitity service companies for temporaty services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Wark is approved for Final
Acceptance.
1) Included are fiie(, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to pi•ovide water required f'or and in connection with Work ko be
perf"ormed and for specified tests af piping, equiprnent, devices ar other use as
required for the completion of the Work.
b. Pr�vicie and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CCI'Y OP I°C}RT WORTH G�c�ter and Scrrrit�ry Setver Repincernent Co�in�act 20/d, f1'Sb1-!J
STANDARD CONSTRUGT(UN SPEC�FICA'PIGN DOCUMENCS Crtv ��•oject ;Vn. OZiRS
Revised July I, 20! I
01 SOOU-2
1'L�iviPGftA[iY FACILI'I'IHS AND CON'CAOLS
Pnge 2 of4
1
2
3
4
5
6
7
8
9
10
II
12
13
14
15
(6
[7
l8
l9
20
21
22
23
24
2S
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
4O
a�
42
43
44
45
3
4.
5
d. Contractar Payment for Construction Watet•
f) Obtain construction water meter from City for payment as billed by City's
established rates.
Electricity and Lighting
a. Pi�ovide and pay for electric powered service as required for Work, including
testing of Work.
I) Provide power for lighting, operation of equiprnent, o►• othei• use.
b. E(ectric power service includes temporary power service or generator to
maintain operations during s�heduled shutdown.
Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Wark.
b. Provide te�nporary heat and ventilation to assure safe warking conditions.
B. Sanitary Facilities
1, Provide and maintain sanitary fac'tfities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. F,nclose and anchor sanitary facilities.
b. No discharge will be allowed from 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 properly
dispose in accordance with applicabie regulation,
3. Locate facilities near Work Site and keep clean and maintained throughout Projeck.
4. Remove facilities at campletion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground levet For materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materia(s in a neat and orderly manner.
a. Place materiais and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lightin�;, and provide electrical service for
equipment space heaters and heating or ventilation as necessacy to provide storage
environments acceptable to specified manufacturers.
5. Fill and �ade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove buildin� from site prior to Final Acceptance.
D. "Tempora�y Fencing
1, Provide and maintain for the duration or construction when req�ured in contract
docutnents
E. Dust Control
CI'1'Y OF FORT WORTII tf'nter mic/ Smzira�y SetiNer ldeplacemenr Cnnlrcrct ZUl�l, N;Sh�t-D
S'I'ANDARD CONSTRUC7'ION SPF.CIFICATION DOCUMF.NTS Ciq� Prujeirt No. 02.38,i
Revised Jidy l, 201 1
t
2
3
4
5
6
7
8
9
l0
it
l2
13
t4
]5
�
[Ili
l8
19
20
2(
22
23
24
25
26
27
28
29
30
31
O1 5000-3
'CEMPORARY FACILIT[ES AYD CON1'ROLS
Page 3 oC4
1. Contractor is responsib(e for maintaining dust control tlu�ough the duration of the
proj ect.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT US�D�
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [N�T USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
i.$ MAINTENAIYCE MATERIAL SUSMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj
l.il FIELD [SITE] CONDITIONS [NOT USEDj
1.12 WARRANTY [NOT USED]
PART 2 - PRODIJCTS (NOT USEDj
PAR'T 3 - EXECUTION [NOT USED]
3.2 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 [REPAIR] / [RESTORATION)
3.6 RE-INSTALLATION
3.7 FILLD [oe] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 AD3USTING (NOT USED]
31Q CLEANING [1�tOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CI'1'Y t7F FOit"� LVOKCH 4V'ater aud Sauitary Sewer Replacemerrt Coruruct 2Ol4, 1G'S�LI-U
S'fAN[3AKll CONSCItUCTfON SPECfP'ICAT'(ON DC?CU'V1i%�TS Gry P�njec! R�o. 02385
Revised .(uly 1, 201 I
01 SpQO-4
TEMPORARY PAC.ILITIGS AND CONTRQLS
Pfige4 of4
1. Remove all temporary facilities and restore area after completion of the Work, ta a
condition equal to or better than prior to start of Work.
3 3.12 PIdOTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 314 AT'I'ACHMENTS [N(�T USEll)
� END OF SECTION
Revision Log
_ __�.__ww_..v�.___ � _.__._. ---
DATE NAME SUMMARY OF CHANGE
CPCY OI^' POC2"t' WC7R7'F� Wnter crnd Su�fitary Seiaer Repluceniettt Cvnu•nct Z(l14, 4t;1M-D
S'I'At�Ji)AI2CJ ('t)N�TR[!C"I'IqN SPF.CIT'ICATION 170Ctt�IF,NTS Crty Project No. lJ2335
Revised Juiy I, 201 I
01 55 26 - I
S'T'R6ET USF. PF.RM[T ANll MOUIF[CA'T'[ONS "PC? TRAFFIC CON'TNOL.
Page 1 �f'3
1
2
SECTION Ol 55 26
STREET USE PERMIT AND MODIF[CATIONS TO TKAFF[C CONTROL
3 PART1- GENERAL
4 1,1 SUMMARY
S
6
7
8
9
10
il
12
t3
14
15
16
A. Section Includes:
t. Administrativeprocedures for:
a. Street Llse Permit
b. Moditication of approved traffic contro[
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 necessa�•iiy limited to:
1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 I3 — Traffic Contral
1.2 PRICE A1YD PAYM�NT PROCEDURES
17 A. Measurement and Payment
18 l. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment wil) be allowed for this Item.
20 1.3 REFFRF,NCES
2t
22
23
24
25
26 1.4
27
28
29
30
3t
32
33
34
35
36
37
3&
A. Reference Standards
1. Reference standards cited in this specificatian refer to the current reference standard
published at the time of the latest revision date logged at the end af this
specification, unless a date is specifically cited.
2. Texas Manua( on Uniform Traff►c Control Devices (TMUTCD).
ADMINI5'I'KATIVE REQUIREMENTS
A. `I'raffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Contral in accordance with Drawings and Section 3� 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control pians in accordance with Section 34 71 13 and submit to City for
review.
1) Aliow minimum 10 workin� days for review of proposed Traf�c Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a C,ity Street Use Permit is required.
a. '1'0 obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
Cl"CY UP f�pK"i' W0t3"PH l�ir(er und Snttifnry 5eirer Re�taceu+ertt Cr»rtruct ?(il�1, WS,i� D
STANDAKD CONS"I'RUCTfO�' SP�CI[�ICA�I'ION UOCUMPNTS Clty Prr�ject No. /)23�5
RevisedJuly t,2�11
oi ss2�-2
STRFE'C USE PEtZMCI' AND �1C�DIPICAT[ONS TC) TRA�PIG CON"{ROL
Page 2 of'3
I
2
3
1} Allow a minimum of 5 warking days for permit review.
2} Contractar's ��esponsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
4 C. Modification to Approved'I'raffic Control
5 1. Prior to installation traffic c�ntrol:
6 a. Submit revised traffic control plans to City Department Transportation and
7 Public Wor•ks Department.
8 1) Revise Traftic Control plans in accordance with Section 34 71 13.
9 2) Allow minimum 5 working days for review af revised Traffic Control.
10 3) tt is the Contractor's responsibility to coordinate review of Traftic Control
1 t plans for Street Use Permit, such that construction is not delayed.
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for construction, then contact
14 City Tcansportation and Public Worlcs Department, Signs and Markings Division to
15 remove the sign.
l6
li
!8
19
20
21
�2
23
24
25
E. Temporary Signage
I. In the case of cegulatory signs, replace permanent sibn with temporary sign meeting
requirements of the Eatest edition of the Texas Manual on Uniform Traff'ic Control
Devices (MUTCD}.
2. Install temporary sign bef'ore the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can ba
reinstalled, contact the City "['ransportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Tra�c Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
26 1.5 Si1BMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM[TTALS [NOT US�D]
28 1.7 CLOSI:OUT SUSMITTALS [NOT USED]
29 1.8 MAIN'CLNANCE MATERIAL SUBMITTALS (NOT USED�
3a 1.9 QUALITY ASSUI2AIVCE [NOT USED]
31 1.10 DF,LiVERY, STORAGE, AND tIANDLING [NC1'I' USED)
32
33
1.11 FIELD [SITE) CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
34 PART 2- PItODUCTS [NOT USED]
3S PART 3- EXECUTION [NOT USED)
36
END OF SECTI�N
C:1TY (?F FOR'I� W(]It'f I I d6nter nrrd Sr���rtary Seu�er hepluvenrerrt Cnrtlrae7 20/4, N�SM-1�
S"CANDARD CONSTRUCT[ON SPECIF(('A'1'IUN DOCUMEiVTS Ci[y Prnject No. 0?385
Revised Julv l, 201 I
oi sszb-3
S'CftGE'P USF. VEKM[T AND MODIFICA'I'IONS TO "fRAFFtC CON'I'ROC,
Page3 oF3
Revisian Log
DATE NAIvtE SUMIvtARY t?F CHANGF.
CI'CY OF FOR'I' WOR"i'H lYater und Snrrrtar}+Sewer Repincement Cbntract 2(114, {VS;bI-/7
S'1'A':VOARU CONS'C2UCTION SPGCI['[CATION [lOCUMrNTS Citv 1'rnject No. t)2345
Revised July L 2�1 I
015713-1
S'1'QItM WA'I�E;12 POLLU'I'tON PktEVEN'C'ION
Pagc i of'3
t
�
SEC'1'ION 41 5'713
STORi�t WATER POLLUT[ON PREVENTION
3 PART1- GENERAL
4 i.i SUMMARY
5 A. Section Incl�ides:
6 1. Procedures f�r Storm Water Pol(ution Prevention Plans
7 B. Deviations fi•om this City of Fort Worth Standard Specification
8 l. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
i t Contract
12 2. Division t— General Rec�uirements
13 3. Section 31 2S 00 — Erosion and Sediment Control
t4 1.2 PRICE AND PAYMENT PROCEDURES
i5 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of d'ssturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this [tem.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 31 25 00.
Z I 1.3 RF.FF.REIYCES
22 A. Abbreviations and Acronyms
23 1, Notice of Intent: NOI
24 2. Notice oC'Cermination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOG
28 A. Reference Standards
29 1. Reference standards cited in this Specitication refer to the current reference
30 standard published at the time of the latest revision date lagged at the end of this
31 Specification, unless a date is specifically cited.
32 2, Integrated Storm Management (iSWM) Technica( Manual f'or C.onstruction
33 Controls
34 1.4 ADMINiSTRATIVE REQiJIREMENTS
35 A. Gencral
36 l. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Politition Prevention Plan.
CI"YY OF FOR'T 4'JQftTH ki'uter and Sa��na�y 5eiver Reple�ceurerr� Cnntracr 201�1, iS;S,N-L)
S"t'ANUARU CONS'I'R( IC'CiQN SPECiI�(CATtC)N dOCUi�iGN'GS C'iry Project No. OdiSS
Revised Julv 1.2011
01 57 13 -2
S'CURM WA'CER POLLUTTON P[tEVEN'1'ION
Pagc 2 of 3
B. Construction Activities resulting in:
]0
il
12
13
14
15
16
t7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pallutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Compleke SWPPP in accordance with TGEQ requirements
1) TCEQ Small Construction Site Notice Req��ired under general peimit
TXR I50000
a) Sign and post at job site
b) Prior to }'reconstruction Meeting, send 1 copy to City Department of
Transpo►�tatinn and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR t 50000 General Permit
c!) S WPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES} Genersl Construction
Permit is required
b. Camplete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post atjob site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sed'unent control in accordance with:
a) Section 3l 25 00
b) The Drawings
c) TXR150Q00 General Permit
d) S WPPP
e) TCEQ requireinents
4) Once the project has been completed and afl the closeout requirements of
TCGQ have been met a TCEQ Notice of Termination can be submitted,
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
40 1.5 SUBMITTALS
41
42
43
44
45
46
47
A. S WPPP
Submit in accordance with Section Ol 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a d��aft copy of SWPPP to the City
as follows:
1) 1 c�py to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmentaf Division for review
CI'I'Y f)f PORT WORTH {i�ater un�lSarrrrury Sewer Rep(aceme�it Cnu[ract 20/4, WS�Lf-D
STANDARp CONS"CKUCTfON SP�;CIt'tCrYl'tON DCJCUMEN'CS City Pr•ojec[ No. 02385
IZBVIS�CI,Il4IV �, 2�1� �
0! 57 I :i � 3
STt?RM 1�ATER POLLUT(ON PREVENT[ON
Page 3 of 3
r
2
3
4
5
6
7
8
9
10
ll
12
t3
14
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section Ol 33 00.
1.6 ACT10N SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED)
1.7 CLOSEOU"I' SUBMITTALS [NOT USED]
1.8 MAINTENANCE MA'TERIAL SUBMITTALS [NOT USED]
1,9 QUALITY ASSURANCE (NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS (NOT USEDj
1.12 WARRANTY (NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
�ND OF SECTiON
Revision Log
DATF NAME SUMMARY QF CHANGE
[G
Cl"1`Y OE FOIt7' �4'OI�"I'l�t VVale.rnr�<lSmiil�uySewer f�eplacemenl Cnrv[ract �Dla, GPS�I�t-l)
STANDARQ CON5"CRUC'I'[ON SPEC(F[CA"I'1C3N DC)CUMLN"CS Ciry Pr�r�jec:t rVu, �2385
Rcviscd Jidy i, 201 1
01 �3 t3 - I
TEfvIPORAftY PRO.(ECI' S[GNAC'rF.
Page i of 3
�
3 PARTi- G�NERAL
SECTION O1 58 13
TEMPORARY PROJECT SIGNAGE
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Temporary Project Signage Requirements
7 B. Deviations from this City of Fort Worth Standard Specification
8 l . None.
9 C. Related Speci�cation Sections include, but are not necessarily limited to:
10 l. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract
11 2. Division i— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 I. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 RF,FF.RENCES [N4T USEDJ
l7 1.4 ADMINISTRA.TIVE REQU[REM�IY'CS [NOT USEDj
18 1.5 SUBMITTALS (NOT USED�
( 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
2( 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED]
22 1.9 QUALITY ASSURANCE (NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USF,D]
25 112 WARRANTY [NOT USEDJ
26 PART 2 - PR�DUCTS
27 2.1 OWNER-F`URNISHED (ox) OWNER-SUPPLIEDPRODUCTS [NOT USEDJ
28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 I. Provide free standing Projcct Designation Sign in accordance with City's Standard
31 Details for project signs.
(;fTYOPiOR"f Wi?R'CE[ Water�rr�dS�nitcri7%Se�verKeplace�rreiitCoittrrrct20l�l, FYS,11D
�TANDAftD f;ONSTRUC:7'[ON SPE?(`tF(CATION D(lCIJMEN'1'S Ciry Yrqject Nu. O1385
Revisedluly 1,2Q11
015813-2
f EMYC�Ri�IZY PROJLC`]' SIGt�tAGE
���� z �e:s
i B. Materials
2 1, Sign
3 a. Constructed of'/4-inch fir plywood, �ade A-C (exterior) or better
4 2.3 ACCESSORIES �NOT USED]
5 2,4 SOURCF, QUALITY CONTROL [NOT US�D�
6 PART 3 - EXECUTION
7
S
9
10
ll
12
13
14
IS
16
17
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
3.1 INSTALLFRS [NOT USF,DJ
3.2 EXAMINATIOPI [NOT USED]
3.3 PREPARATION [NOT USED�
3.4 INSTALLATION
A. General
I. 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. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USEDj
3.7 F'IELD �oH] SITE QUALITY CONTROL (NOT USF.D)
3.8 SYSTEM STARTUP [NOT USED�
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NUT USED)
3.11 CLOSEOUT ACTIVITIES (NOT USED)
3.12 PROTLCTION [NOT USLD)
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED�
ENll OF SECTION
Cl'I'Y C7F FQR'I' Wt�2"t`I L {4'afer a�id Sa�oitary Seiver Replacenterrt Caur•uct 2014, WS,L!-U
S'I"ANDA2U CON5'fRUCTION SPGC[PICATION DOCUMGNTS Ciry Prul�ct Nu, O:t385
Revised July 1, 201 !
0� 5813-3
"PF:MPORARY PROJECT StGNAGF..
Page 3 of 3
Revision Log
DATE NAME SUNfMARY OF CHANGE
CtTY Or POILT bV{)RTH N'ulnr and Sani�ury Sewer Replac�ment Co�itrucr 2014, W.S�iI-1�
STANIIARD CONSTRLJCTiOV SPECIFICAT'IOt�t DOG1J41EN`I'S t.'itv Prq/ect Na. 0�38.i
Revised July f, 20 ( I
01 60 UO - 1
PRODI;C'I' RGQUI[ZGtvIFN'CS
Pagc I of2
SECTION 01 60 00
PRODUCT REQU(REMENTS
3 PART 1 - GEiYERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
7 8. Deviations from this City af Fart Wocth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are nat necessariiy timited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
t 1 2. Division 1— General Fteauirements
t2 1.2 PRICE AND PAYMENT PROCEDURES (NOT US�Dj
13
(4
l5
16
17
(8
19
20
2l
22
23
24
25
26
27
28
29
3U
1.3 REFERENCES [NOT USED]
1.4 ADMINISTKA'I'IVE I2EQUIREMENTS
A. A Gst of City approved products for use is located on Buzzsaw as follows:
l. Resources\02 - Construction Uocuments\Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be ailowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is liste:d on the City's Standard Product List.
D, A{though a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, thaC
manufacturer's standard product.
E. See Section O l 33 00 for stibmittal requirements of Product Data ineluded an Ciky's
Standard Product List.
1.5 SUBMITTALS [N�T USF,DJ
3l 1.6 ACTION SUBMITTALS/INFORMATIQNAL SUBMITTALS [NOT USED�
3? 1.7 CLOS�OUT SUBMITTALS [NOT USEDJ
33 1.8 MAINTENANCE MATERIf1L SUBMITTALS [NOT USED)
34 1.9 QUALITY ASSURANCE [NOT USEDJ
CCi'Y OF EOR'1' 4VOKTH Gi'crtai' z�nd Scziritary Se�ver Rep/ncemeiet t'antract 2(1t4, N�SNI-1)
SI�RIJDARD CC)NST[2t;C"I'If)N 5PECI1�[CA'1'fUN DOCUiv1LN7S C'itv Pr�jeci �Vo. 033�45
Revise� Dcoer�ibcr 20. 2�12
01 GOOD-2
PRODUC'T' RF,C�U1RE1viGNTS
Page 2 of 2
1 1.10 DELNERY, STORAG�, AND HANDLING [NOT USEDJ
2 l.11 FIF.LD [SITF,] CONDITIONS [NOT USF.Dj
3 1.12 WARRANTI' [NOT USEDj
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
b END OF SECTION
Revision Lag
UATE I�tAME SUMMAitY OF CHANGE s"�._�_
lUll2/12 D. Johnson Modified Location ofCity's Standard Product Lisc
C1TY OP �QRT WORTH dYarer crnct Saniruiy Se�vcr� Reptacernent Contrac�! 2f)l4, FI;S,tI-D
STANDARC) CONSTftUCT[ON SpECIFICr1"C[(�N DOCUM�N'fS Crty f'roject;Vo, 02383
Revised Decemher 20, 2(712
OiG60�-I
PROL�fJCT S't'ORAGE AND HANUL[NG REQUIfLEhIEN'i'S
��9gC � 01 4
1
2
5ECTION Ol 66 00
PRODUCT STORAGE AND F-IANDLING REQUIREMENTS
3 PART1- G�NERAL
4
5
6
7
8
9
t0
Il
12
13
14
t5
16
11
18
19
20
21
22
23
24
25
��
27
28
29
;{l
31
32
33
1.1 SUNiMARY
A. Section Includes:
l. Scheduling of product delivery
2. Packaging ofproducts for delivery
3. Protection of praciucts against damage from:
a, Handling
b. Expasure 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:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division t— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be altowed for this ftem.
1.3 REFERENCES [I�tOT USEDJ
2.4 ADMINISTRATIVF REQUIREMFNTS [NOT USED]
1.S SUBMITTALS (NOT USED]
1.6 ACTION SUBMI'T'TALS/INFORiVIATIONAL SUBMITTALS (NOT USED)
1.7 CLOS�OUT SUBMITTALS [NOT USED]
1.8 MAIN'TENANCE MATERIAL 5UBMITTALS (NOT USED�
1.9 QUALITY ASSURANCE [NOT USED]
1.I0 DELiVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid proionged storage.
2. Provide appropriate personncl and equipment to receive deliveries.
3. Delivery trucks tiviil not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CI"f Y Of� t'OR'1' WOR't'N 1Y'ater un�i Sarritar}� Setver lfeptace�rieiu Cnntract 20t d, tVSM-IJ
S"t'ANI�i112U CONS"CRUC"I'IUN SPECIFICA'CION DQCUivfCiNTS Citv Yroject Nc�. 02385
Revised July (, 201 I
oi �buo-2
PRODf tCT S'I'ORi�C; F, AND HANDLING REQUI KEMEN"CS
Page2 oFd
4. Deliver products or equipment in manufacturer's original unbroken cartons or ather
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully nlark and identify �s to manufacturer, item and installation
location.
6 6. Provide manufacturer's instructi�ns for storage and handling.
7 B. Handling Requiremenks
8 l. Handle products or equipment in accordance with these Contract Documents and
9 manufacturer's recommendations and instructions.
t0 C. Storage Requirements
( l l. Store materials in accordance with manufacturer's recommendations and
12 requirements of these Specificakions.
t3 2. Make necessary provisions for safe storage of materials and equipment.
14 a, Place loose soil materials and materials to be incorporated into Work to prevent
IS damage to any part of Work or eYisting faci(ities and to maintain free access at
I6 all times to all parts of Work and to utility service company installations in
( 7 vicinity of Work.
18 3. Keep materials and equipment neatly and compactly stored in locations tt�at will
l9 cause minimum inconvenience ta other contractors, public travel, adjoinin6 owners,
20 tenants and occupants.
21 a. Arrange storage to provide easy access for inspection.
22
?3
24
25
26
27
28
29
4. Restrict storage to areas available on construction site for storage of material and
equ'rpment as shown an Drawings, or approved by City's Project Representative.
5. Provide off-site stora�;e and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site stora�e locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for starage purposes �vithout
written permissioa of owner or other person in possession or control of premises.
7. Storc in manufacturers' unopened containers.
30 8. Neatly, safely and compactly stack materials delivered and stored along line of
31 Work to avoid incomenience and damage to property �wners and �eneral public
32 and maintain at least 3 feet from fire hydrant,
33 9. Keep public and private driveways and street crossings open.
34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
35 satisfactioii of City's Project k2epresentative.
36 a. Total length which materials may be distributed alon�; route of construction at
37 one time is 1,000 lineat• feet, unless otherwise approved in writing by City's
38 Project Representative.
CITY OP f'OR'C WOR'I'} I 6i�uter and Snnrtmy Sewer RepJcace�rie�+t Contract 20/4, WSM-D
STANDARD CONS'CRUC'C[ON SYFCIFICA'1'ION DQCUM�;N'I'S Crry Pi•ojec� No. 02355
Revised ,tuly I, 201 1
Ot ,5600-3
PILOU[iC`I� STOR�IGE AND HANDLfNG ttEQUlRE1v1ENTS
Puge 3 vF4
1 l.lt FIELD (S[TEj CONDITIONS [NOT USED]
2 1.12 WAItRANTY [NOT USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5
6
7
8
9
10
tt
12
13
l4
15
16
l7
t8
19
20
21
22
23
24
25
26
27
28
��]
30
3.1 INSTALLERS (NO`I' USEDj
3.2 EXAMINATION (NOT USEll]
3.3 PREPARATION [NOT USEll]
3.4 ERECTIUN [NOT USED]
3.5 REPAIR / RESTORATION (NOT USED]
3.6 RE-INSTALLATIOI�t {NOT US�Dj
3.7 FIELD (oH] SITE QUALITY CONTROL
A. Tests and Tnspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
i. Reject al} products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USEDj
3.9 ADJUSTING [NOT USEDj
3.10 CLEANING [NOT US�D]
3.11 CLOSE�UT ACTIVITIES [NOT USED�
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physicai damage to items while in
storage.
C. Protect equipment from exposure to elements and heep thoroughly dry if required by
the manuFacturer.
3.13 MAINTENANCE [NO'F USEDJ
3.14 ATTACHMENTS [NOT USED]
END OF S�CTIOtY
Cl'PY OF FOEt"I �VOfZTH 1Yuter uetc( Saitilary Setver Repincemeiu Lc'r�rtract 20! J, Yf{S,l-f-fl
STtANUARL) (�ONS'I'RUCTION 9PBC[(�TCA'PION DOCU;YfENTS Ciry !'roject iVn. 02385
Revised,tuly 1;2011
oi ��oo-�
PROI7UC'"C STORACiE ANll }tANDI,INC.i RF,QUtRGMFN'I'5
Page 4 of h
CITY O� FORT WOR'T'H Water and Sunitu�y Setirer Replrac•enrem C:onn•aet 20/d, if'S�b1-IJ
STANDARD CONS'I'KUCt'lON SP[CIFICA"I'(ON DOC1_1MENTS Ciry Project No. 023A5
Revised July i, 201 I
{)1 70 U[) - t
NiC)Ci(C.17.,ATION AND RIiMO[3fLJ7..AT10N
Ptt�;e I of4
1 SECTION O1 70 00
2 MOBILIZATIQN AND REMOB[LIZATtON
3 PARTi- GENERAL
4 1.1 SUMMARY
5 A. Section (nclt�des:
6
7
8
9
10
II
12
13
14
i5
16
l7
(8
19
20
21
22
z3
2�t
25
26
27
28
29
30
3t
32
33
34
35
36
37
38
39
40
41
42
43
44
45
l. Mobilization and Demobilization '
a. Mobilization
1) Transportation of Contractor's personnel, ec�uipment, and operating supplies
to the Site
2) Bstablishment of necessary general facilities for the Contractor's operation
at the Site
3} Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
S) Relocation of necessary genet•a( facilities for the Contractor's operation
from 1 location to another lacation on the Site.
b. Demobitization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removai of all buildings and/or other facilities assembled at the Site for this
Contract
a[Vtobilization and Demobilization do not incli�de activities for specific items af
work that are for which payment is provided eisewhere in the contract.
2, Remobilization
a. Remobilization for Suspension of Work specifically required in the C�ntract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnei, equipment, and operating
supplies from the Site incfuding disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Uocuments necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) 'i'ransportation of Conkractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general f'acilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization fram one location to another on the
Site in the normat pro�,�ress of pertorming the Work.
b) Stand-by or idle time
c) I,ost protits
3. Mobilizations and Demobilization f�r Miscellaneous Projects
a. Mobilization and Demobilization
Cll`YC7FP'Ott"f WOR"CH Gf�atcrnndSanitnrvS'e�verlZeplae�enaentContract2111d, b�S,Yf-U
STANDARll CONSTRUC'I'fON SPECIF[CA"f10N DOC(IMEN`I'S Ciry Project �Vo, fi23SS
ftcviscd Dcccmber 20, 2012
Q17000-2
MOf311.17,ATIQN AiVD R��tOCiILfLh'IYON
Page2 of4
7
8
9
10
ll
t2
13
14
15
16
17
18
19
20
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary far:
a) Transportation of Contractor's pecsonnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Wo►•k Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site inc(uding dislssembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c} Removal of al( buildings or other facilities assembled at the Site For
each Work Oder
b. Mobilization and Demobilization do not incfude activities for specific items of
work for which payment is provided elsewhere in the cantract.
4. Emergency Mobilizatio��s and Demobilization for Miscellaneous Projects
a. A Mobilization #`or Miscellaneous Projects when directed by the City and the
rnobilization occurs within 24 hours of the issttance of the Work Urder.
B. Deviations from this City of Fort Worth Standard Specitication
l. None.
21 C. Related Specification Sections include, but are not necessari(y timited to:
22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 PRICE ANll PAYMENT PROCEDURES
ZS
26
27
28
29
30
31
32
A. Measurement and Payment
l. Mobilization and Demobilization
a. Measure
I) 'This Item is considered subsidiary to the varioas [tems bid.
b. Payment
1) 'I'he work perfo��med and materials fiirnished in accordance with this Ikem
are subsidiary to the various Items bid and no other compensation will be
allowed.
33 2. Remobilization #or suspension of Work as specifica(ly cequired in the Contract
34 Documents
35 a. Measurement
36 1) Measurement for this [tean shall be per each remobilization performed.
37 b. Payment
38 1) The work performed and materials furnished in accordance with this Item
39 and measured as provided under "Measurement" will be paid for at the unit
40 price per each "Specified Remobilization" in accordance with Contract
41 Documents.
42 c. T'he price shall include:
43 1) Demobilization as described in Section 1,1.A.2.a.1)
44 2) Remobilization as describ�d in Secticm l. i.A.2.a.2)
45 d. No payments will be made for standby, idle time, or lost pro#its associated this
46 [tem,
CI'CY OF FQRT WC?RTF! t4'�rtur u�id Sanitmy �Setver /tepinr.e»ien! Cantrac! ZOIa, lf�S�bl-D
SCAN[7ARD CDiVS'PRUCTfON SPECIFfCA"1'ION DQCUMF.N'I'S Ciry Projeer;Vo. �2385
Revisc� Decemher 20, 2012
61 70 00 - 3
MOE3fL['I,A'CIC�N AND REMOBILIIA"f(ON
Page 3 ot'd
(
2
3
4
5
6
7
8
9
10
ll
12
13
I �3
IS
16
17
l8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Corrtract Claim in accordance with Artic(e 10
af Sectian 00 72 00.
2} No payments will be made foi• standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be far each Mobilization and
Demobilization required by the Conlract Documents
b. Payment
l) 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 per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobiGzation
and shall not be paid for separatety.
c. The price shall include:
1) Mobili�ation as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
[tem.
5. Emergency Mobilizations and Demobi(izations f�r Miscel(aneous Projects
a. Measurement
I) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
I) 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 Docutnents. Demobilization shall be considered subsidiary to
mobitization and shal{ not be paid for separately.
c. The price shall include
1} Mobilization as described in Section t.l.la.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle tirne, or lost profits associated this
Item.
37 1.3 REFERENCES [NOT USED]
38 I.4 ADMINISTRATIVE Z2E¢UIREMENTS [NOT USEll]
39 1.5 SUBMITTALS [NOT USED]
40 1.6 INFORMATIONAL SUBIVIITTALS [NOT USED�
41 1.7 CLOSEOUT SUBMITTALS [NOT USED�
42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANCE [NOT USED]
44 110 DELNF.RY, STORAGE, AND HANDLING [NOT USED]
C[TY OP' �f)RT V,'OR'1'H j4'nter atid Sanirary Se�ver� Rep/aceine�rr Cor�iracr 201•l, N.SiL1-L?
S"CANUARD CONS"t'RUC"T'ION SPI CIFICA'T'ION DOCUMFN"i'S Citv Pr•qject:tio. 0?j8�
ftevised December 20, 2012
017UUU-<1
M(�BILIZA'fIUN ANU E2�MOBtL[ZATIC)N
P�ge 4 of 4
t 1.11 FIELD [SITEJ CONDITIONS [NOT USEll]
2 1.12 WARRANTY (NOT USED)
3 PART 2- PRODUC'I'S [NOT USEllj
4 PART 3- EX�CUTION (NOT USEllj
5 �ND OF SECTION
Revision Log
DA'i'E irIAM�: SUMMARY OF CHANGE
CITY tJP POR"[' WfJR'I'C1 Wnter rurd Sarrltary Seiver Re�lacen�ent Le7ntract 20t 4, {�SA�!-n
S"CANUARD CC)NS"f[tUC;'I'IOiY SPCC[fICATiON DOCII�(GN"PS City Prqject No, 0"3N5
Revis;d Dctiembcr2O, 2012
017123-1
CONSTRUC"CI(�N STAKING f+ND SURVGY
Page I of4
�
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
ll
12
13
14
IS
!6
(7
18
19
2U
zi
22
23
24
25
26
27
28
S�CTION O1 71 23
CONSTKUC7'[ON STAKING AND SURVEY
A. Section Inc(udes:
1, Requirements for construction staking and construction survey
B. Deviations from this City af Fort Worth Standard Specification
1. None.
C. Reiated Specification Sections include, but are not necessari[y limited to:
I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYIYIENT PROCEDURES
1.2
A. Measurement and Payment
1. Conskruction Staking
a. Measurement
1) This Item is considered subsidia�y to the various Items bid.
b. Payment
1) "I'he work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation witl
be allawed.
2. Construction Survey
a. Nieasurement
I) This Item is considered subsidiary to the various Items bid.
b. Payment
1) 'I'he work performed and the materials fiirnished in accordance with this
Item are subsidiary ko the various Items bid and no ather compensation will
be allowed.
REFERENCES [NOT USED]
1.3
29 1.4 ADMINISTRATIVF. REQUIREM�NTS [NOT USED]
30 1.5 5UBMITTALS
31 A. Submittals, if required, shall be in accordance with Section Ol 33 00.
32 B. Al( submittals shall be appraved by the City prior to delivery.
33 1.6 ACT[ON SUBMITTALS/INFORMATIONAL SUBMITTALS
34 A. Certiiicates
.35 1. Provide certificate certifying that elevations and locations of impi•ovements are in
36 conformance or non-canf'ormance with requirements of the Contract Documents.
37 a. Certificate must be sealed by a registered professional land surveyor in ttte
38 State of Texas.
CI CY OE FORT WUR"I�H 4Vater mrd Saniiary Setver Iteplacemerrt Cnntrac� 20/9, dV,S��f-D
5'TAIvGARD CONS'I'IZUC'fION SP['sC1PICATION DOCUMBNTS C;iryYroject Na 1)?.3f15
ftevised DacemF�er 2f1, 2Ut2
oi �t z3-2
CONS"CRUC'I'IUN S't'AKING AND SURVFY
r�aKc 2 oe�
I B. Field Quafity Control Submittals
2 l. Documentation verifying accuracy of tield engineering worl<.
3 1.7 CLOSEOUT SUBMITTALS �NOT USEDj
4 1.8 MAINTF.NAIYCE MATERIAL SUBMITTALS [NOT USED]
S 1.9 QUALITY ASS[)RANCE
6 A. Constl•t�ction Staking
7 1. Construction staking will be performed by the City.
8 2. Coordination
9 a. Contact City's Project Representative at (east 2 weeks in advance for
]0 scheduling of Construction Staking.
l f b. It is the Contractor's responsibility to coordinate staking such that construction
l2 activities are not delayed or negatively impacted.
13
14
15
16
17
18
l9
20
2l
22
23
24
25
26
?7
28
29
30
3(
32
33
34
35
36
37
38
39
40
41
42
43
44
45
General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of`stakes or markings have
been lost, destrayed or dist�u�bed, by Cantractor's neglect, such that the
c:ontracted Work cannot take place, then the Contractor wili be required to pay
tl�e City for new statcing with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
Construction Survey will be performed by the City.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City priar to field investigation to deterrnine which
horizontal and verticaf control data will be required for construction survey.
c. It is the Contractor's responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Noti#y City if any control data needs to be restored or replaced due to damage
caused du►•ing construction operations.
1} City shall perfarm replacements and/or restorations.
3. General
a. Construction survey wifl be perfarmed in order to maintain complete and
accurate logs of control and survey work as it progresses for Praject Records.
b. The Contractor will need to ensure coordination is maintained with the City to
pe��torm construction survey to obtain constriiction features, including but not
(imited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates Por each manhole or
junctian structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
Cl"['Y OF �ORT WOR'19i 6Yiite�r attd Sanitary Setver� Rep[ucemen! Contracl2pl /, GY:S,bf-D
ST�NDARQ C:t )NS'T'R11C"f ION SPF.CI FICA"�'lON UOC'UMEN`CS C'ity Prajcct :Vo. t)2385
Revised I)ecember 2U, z012
0! 7123-3
CONSTRUCTIQN STAKING AND SURVEY
Page 3 ot'4
10
tl
12
13
t4
l5
16
17
t8
19
20
2t
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
c.
�
(2) I torizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic proteckion test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, deaci-end iines
(10) Air Re(ease valves (Manhole rim and vent pipe)
(l l) Blow off vafves (Manhole r•im and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14} Casing pipe (each end)
b) Storm Sewer
(1) 1'op of pipe elevations and coordinates at the following locations:
(a) Every 250 (inear feet
(b) Horizontal and verticai points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe etevations and coordinates for sanitary se�ver lines at
the fallawing lacations:
(a) Every 250 linear f'eet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
Construction survcy will b� performed in order ta maintain camplete and
accurate logs of control and stirvey work associated with meeting or exceedin�;
the line and �,�rade req�ured by these Specifications.
'l�he Contrac;tor 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:
l) Established benchmarks and controi points provided for the Contractor's
use are accurate
2) Benchmarks were us�d to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades rvere used to establish the location of the pipe
4) 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.
5) Provide access for the City to verify the guidance system and the (ine and
grade of the calrier pipe on a daily basis.
6) 'i'he Cont�•actor remains fully responsible for the accuracy of the work and
the correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
9) If the installation does not meet the specitied tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
49 1.10 D�LNERY, STORAGE, AND HANllLING (NOT USED]
C[TY OP FORT WC)RTIi N'ut�r uncl Sunitary Sativer Replacea�ertt Catttrnet u0t 4, E3:Sitl IJ
STANDARU CONS'PRUC"CION SPGCIFIC 1'I'I(�N l�OCUMF.'N'I'S Ciry Project No. D2.?1�5
2evised I7ecemher <Q, 2G12
01 71 23 -4
Ct)NS'1'ItC1C1'(ON Sl'AKINC: AND StiRVEY
Pagc�t uf4
1 1.11 FIELD [SITE] CONDITTONS [NOT USED]
2 1.12 WAI2RANTY (N(7T US�D]
3 PART 2- PRODUCTS [NOT USEDJ
4 PART 3 - EX�CUTION
5
6
7
8
9
10
1!
12
13
t4
l5
1G
17
18
19
20
2l
�
23
24
3.1 IIVSTALLERS [NOT US�DJ
3.2 EXAMINATION [NO'I' USEDj
3.3 PRICPARATION [IYOT USED]
3.4 APPLICATiON
3.5 R�PAIR / RESTORATION [NOT USED�
3.b RE-INSTALLATION [NOT IISEDj
3.'7 FIELD [ox] SITE QUALITY CONTROL
A. tt is lhe Contracto�•'s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or contc•ol data without approval Fi•om the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING (NOT USED�
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTNITIES [NOT USED]
3.12 PROTECTION [NOT USED)
3.13 MAINTENANCE [NOT USEDJ
3.14 ATTACHMENTS (NOT USED]
k�NU OF SECTION
Cft'Y OF POR'C WO(Z'Cl{ tVafer und Sarritary Sewer• Repluceirrent Conn•uct 2014, G{'S'�bf-n
S'1'tWL)AKD CONS"PRUC'CION tiPl?C!!�(CA'I'ION DOCUMEN"['S Ciry Project�Vo. U238S
Revised 17eccmber 20, 2Q 12
o� �azs-�
c�.FnNr:vc
r�gz i �,e:}
1
2
3 PART1- GENERAL
4
5
6
7
S
9
t0
11
12
13
14
15
16
l7
l8
t9
20
21
22
z3
24
25
26
27
28
29
30
31
32
33
SEC'['[01�101 74 23
CLEANING
1.1 SUMMARY
A. Section tncludes:
1. Intermediate and fina! cleaning for Work not including special cleaning of closed
systems specified �.tsewhere
B. Deviations from this City of Fort Worth Standard Specification
l, None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Etequirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 l3 — Hydro-Mulching, Seeding and Sadding
1Z PRICE AND PAYMENT PROCEDURES
A. Measurement and Payjnent
l. 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 USEDj
1.4 ADMINISTRATIVE R�QUIREMENTS
A. Scheduling
l. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall vn newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediate(y prior to final
inspectian.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SURMITTALS/INFORMATIONAL SUBMITTALS [NOT USF,D]
1.'7 CLOSEOUT SUBMITTAL5 [NOT USk�Dj
1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USEDJ
1.9 QUALITY ASSURANCE [NOT USED]
1.10 ST�RAGE, AND HANDLING
A. Storage and Handling Requirements
t. Store cieaning products and cleaning wastes in containers speci�cally designed for
those materia(s.
t;i'I'Y OP Fl�R7' WtJRTFi �i�ater 4rrc(Scmitcuy Se:ver Replucement Contrnet 20/4, 4YS�1�1-D
STAND�IRD CONS"PRUCT[t�N SPEC:[PtCATtON DQCUMENCS C'itv Pr'qJect No. 02385
Revised.Iuiy 1,20 U
O1742:i-2
CLF;ANtNG
Paga 2 of4
t 1.11 FIELD [SITE] CONDITIONS [NOT USEDj
2 1.12 WARRAIYTY [NOT USED]
3 PART2- PRODUCT5
4 2.1 OWNER-FURNISHED �oa] OWNF,R-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MAT�RIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncoi�taminated
9 3. For manufactured sw•#aces
10 a. Material recomrnended by manufacturer
11 2.3 ACCESSORIES [NOT USEDJ
12 2.4 SOURCE QUALITY COPiTROL [NOT USED]
13 PART 3 - EX�CUTION
t4 3.1 INSTALLERS [NOT USEU)
15 3.2 EXAMINATION (NOT USEDj
l6 3.3 FREPARATIOIY [NOT USEDJ
17 3.4 APPLICATION [NOT USED]
1 S 3.5 REPAIR / RESTl7RATION [NOT USED]
t9 3.G RF,-INSTALLATION [NOT USE.U]
20 3.7 FI�LD �oa) SITE QIJALI'I'Y CONTR�L [NO'I' USCDJ
21 3.$ SYSTEM STARTUP [NOT USEDj
22 3.9 ADJUSTING [NOT USEDJ
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposai operations to comply with laws and safety orders of
27 governing aathorities.
28 3. Do not dispose of volati(e wastes such as mineral spirits, oi1 or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Disp�se of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CI"CY O� PO[LT Wf)RTH fl�ater and Sanrta�v Seiver 1�eplacernent Co�uract 201 �J, G6;SAd-U
S"CANDARD CONSTRUCT[ON SYEC'1FICt1'1'ION DOCU�IL_N'I'S Ciry Projecl iVn, 023d5
Revised July l, 201 I
o� 7azs-3
CL6ANING
Yage3 of4
l
2
3
4
5
6
7
8
9
l0
It
(2
13
14
15
16
17
18
19
20
2t
22
23
24
25
26
27
28
29
30
3(
32
33
34
35
36
37
38
39
40
4t
42
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thorough(y clean, sweep, wash and polish all Work and equipment associated with
this project.
8, Remove all signs of temporary construction and activities incidental to construction
of rec{uired permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during C�nstruction
l. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materiats, debris and rubbish.
3. Confine construction debris dai(y in strategically located container(s}:
a. Cover to prevent blowin� by wind
b. Store debris away from construction or operational activities
a Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly ctean site of ali loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. tnterior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all tighting tixture reflectors, lenses, Iamps and trims clean.
3. Wash and shine giazing and mirrors.
4. Polish glossy surfaces to a clear shine.
_5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during constructian.
b. Clean ducts, blowers and coils if units were operated without tilters during
constructian.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room tloors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep raadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited t�, vaults, manho(es, structures,
junction boxes and in(ets.
{:[TY OF FORT WORTH Wuler arid Sanitn�y Sen�er Replacement Conrract ZO14, ivSM-U
5"CANDt\RD CONSTRIJC;TION tiP�CIFICA'PION DOC:UMEN"I'S Ciry Project No. O2385
Revised luly l, 201 I
O l 74 23 - 4
CLF,ANING
Page 4 of d
l 4. If no longer required for maintenance of erosion facilities, and upon approvaJ by
2 City, remove erosion control from site.
3 5. Clean signs, lights, signals, etc.
4 3.11 CLOSEOUT ACTNIT[L+'S [NO'I' USEU)
5 3.12 YROTECTIUN [NOT USED�
6 3.13 MAIN'I'ENANCG [1YOT U5ED]
7 3.14 ATTACHM�NTS [NOT US�D]
g END OF SECTION
9
►o
J
CTTY OF rORT Wf)R"CI [ GVilrer und Snnitary Se�ver Re placemant C,onmac:t 20/4, WS,Lf-p
S'I'ANDARD CONS'CRUC"t'[ON SPGCIrt('ATtON 1)OCUMFN"I;S Cip� �,�o���r n�o. nzl.xs
Reviscd July I; 201 l
oi �� �q-�
CLOSGOGP RGQUIR6'MEN'CS
Page i oC3
I
�
3 PART1- GENERAL
SECTION Ol 77 14
CLOSEOUT REQUIREMENTS
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviakions from this City of Fort Worth Standard Specification
& l. None.
9 C. Re(ated Specification Sections include, but are not necessa�•ily (imited to:
t0 L Division 0— Bidding Requirements, Contract Forms and Gonditions oFthe Contract
(1 2. Division 1— General Requirements
t2 1.2 PRICE AND PAYMENT PROCEDUR�S
13 A. Measurement and Payment
14 l. Work associated tivith this [tem is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
l6 1.3 REFERENCES [1�tOT USEDJ
l7 1.4 ADMINISTRATNE REQUIREMENTS
18 A. Guarantees, Bonds and Aff'idavits
l4 1. No application for finaI payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavi#s required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application far final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
Cf"i'Y OP POR"1' WC)2TFI 6Ynler ar:�f Sanitary Sesv.rr Repincemer�t Cantrnct 2U14, GYS,i1-D
S"I'RNI7ARI7 CC)NSTRUCTION SPF;C;IF[CA'I'i(7N DC)CUMF.N'I�S (;rry Prn/ert fV�. t)2385
Revised Jidy I, 201 I
Ol 77 19-2
CI.C)SEOU`i' REt,)l.iIREMEN`PS
Page � o (' 3
1 1,6 INFURMATIONAL SUBMITTALS [NOT USF.D�
2 1.7 CLOSEOUT SUBMITTALS [NOT USED)
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NO'C USEll)
6 3.2 EXAMINATION [NOT iJSED]
7 3.3 PREPARATION (NOT USEDI
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final [nspection, submit:
10 1. Project Record Documents in accordance with Section OI 78 39
i 1 2. Operation and Maintenance Data, if reyuired, in accordance with Section 01 7$ 23
12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
(3 01 74 23.
14 C. Finallnspection
15 1. �lfter fina( cleaning, provide notice to the City f'roject Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City wi[l notify the Contractor, in
19 writing within 1Q business days, ofany pa�•ticulars in which this inspeetion
20 reveals that the Work is defective or incomptete.
21 2. Upoil receiving writt�n notice from the City, immediately undertake the Work
22 i•equired to remedy deficiencies and complete the Work to the satisfaction of the
23 C ity.
24 3. Upan completion of Work associated with the items listed in the City's written
2S notice, inform the City, that the required Work has been completed, Upon receipt
26 of this notice, the City, in the pi•esence of the Contractor, will make a subsequent
27 Final Inspection of the project.
28 4. Provide ali special accessories required to place each item of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specified spare parts
31 b. Adec�uate oil and grease as required for the tirst lubrication of the equipment
32 a Initial fill up of a!I chemical tanks and fue( tanks
33 d. Light bulbs '
34 e. Fuses
35 f. Vault keys
36 g. Handwheels
37 h. C)ther expendable items as required for initial start-up and operation of ail
38 equipment
39 D. Notice of Project Gompletion
C'ITY OF FOK'P Wt:3R'CI{ 6Yaler urrd Scaiutary 3eivvr Itvplueement Contrac! 2(Jld, 14�S�Uf-U
STANDARD CC)R'STRUCT[ON $PF;C:t�ICA"CION DOCUMC>NTS C'rh+ Yr�jec� No, Oy36S
Reviscd July I, 201 1
1
2
3
4
5
6
7
8
9
10
II
12
l3
14
t5
lb
17
18
19
20
21
22
23
24
25
26
27
28
01 7� 19-3
CLOSEOtfC RF.QUIREMF,N'CS
Page3 of3
l. Unce the City Project Representative finds the Wark subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the fo[lowing
additional forms:
a. Final Payrnent Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of I,iens
d. Consent of Surety t� Final Payment
e. Fipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Eva{uation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of I�totice of Project Compietion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATIl1N (NOT USEDj
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD (oR] SITE QUALITY CONTROL �NOT USED]
3.8 SYSTEM STARTUP (NOT USED]
3.9 ADJUST[NG [NOT USED]
3.10 CLEANING [NOT USEDj
311 CI.QSEOUT ACTNITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENAI�TCE [N�T USED]
3.14 ATTACHMENI'S [[YOT' USED]
END OF SECTIOPI
Revision Log
I�,�TE NAME SUCv1MARY OF CHANGE
29
C(`I'Y C)F FnRT WORTH fi'ater and Sanitary Seu�er Reptacameru Contract?Ul�l, WSM-f�
S7'ANDAl21) CONSTRU('TION SPE;CIF'[CA"CION llOCUIviF.N"I'S Crry Praject Nc�. UZ3�45
Revised JuIY I, 201 I
01 78 23 - I
UVEAiI"I'ION ANL) MA(N'I'ENAt�lCE UATA
Pag:: t of 5
1
2
3 PART1- GENERAL
4
5
6
7
8
9
10
tl
12
13
14
15
16
l7
t8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
SECTION 0t 78 23
OPERATION AND MAINTENANCE DATA
l.l SUMMARY
A. Section Includes: '
1. Product data and related information appropriate for City's maintenance and
operation of prodtzcts furnished undec• Contract
2. Such products may inctude, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers {to be operated by the City)
c. Buttet�fly Valves
B. Deviatians from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily (imited to:
1. Uivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— Ueneral Requirements
1.2 PRICE AND PAYMENT PROCEllURES
A. Measurement and Payment
l. Work associated with this [tem is considered subsidiary to the various [tems bid.
Na separate payment will be allowed for this Item.
1.3 REFERENCES (NOT USED]
1.4 ADMINISTRATIVE RF.QUIR�M�NTS
A. Schedule
1. Submit manuals in finai form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section Ol 33 00 . All submittals shall be
approved by the City prior to delivery.
1.G INFORMATIONAL SUBMITTALS
A. Submittal Form
l. Prepare data in f�rrn of an instructional manual for use by City personnel.
2. Format
a. Size: $'/2 inches:c Il inches
b. Paper
1) 40 pound minimum, white, for typed pages
2} Hofes reinforced with plastic, cloth or metal
c. 7'eYt: Manufacturer's printed data, or neatly typewritten
Cl"i'YOi fORTWQRTH tYaternrrdSunrturySeivcrReplucemertlCnrtnrrct�014,WS,i�f-D
S"CANUARD CONSTRUCTION SPFsC1E'IC.A`('ION DC)C'UMIsN'fS City Yrqject No. 02�B5
Rcviscd I)c� c mbcr 20, 2l)12
01 7823-2
OPF.RATtON AND �fAINTENANCE DATA
Page 2 of 5
1 d. Drawin�s
2 1) Provide rcinfarced punched binder tab, bind in with text
3 2) Reduce (arger dcawings and fold to size of text pages.
4 e. Provide fly-leaf for each separate prodt�ct, or eacl� piece of operating
5 equipment.
6 t) Pr�vide typed deseription of product, and major component parts of
7 equipment,
8 2) Provide indeYed tabs.
9 f. Cover
l0 1) Identify each votume with typed or printed tit[e °OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2) List:
l3 a) Title of Project
l4 b) Identity of separate structure as appiicable
(5 c) 3dentity of general subject matter covered in the mam�al
16
17
18
19
20
21
3. Binders
a. Commercial qualily 3-ring binders with durable and eleanab(e plastic covers
b. When multiple binders are used, correlate the data into related cons'rstent
�,�roupings.
4. [f available, provide an electronic form of the O&M Manuaf.
B. Manual Content
?2 l. Neatly typewritten table of contents for each volume, arranged in systematie order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be inc(uded, indexed to content of the vo(ume
25 c. List, with each product:
26 1) The name, address and telephone number of the subcontractor or installer
27 2) A tist of each product required to be included, indexed to content of the
28 votume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name ar�d other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a, Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 I) Clearly identify specific product �r part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicabte information
39 3. Drawings
�t0 a. Sttpplement pr�di�et data with drawings as necessary to clearly i(lustrate:
�ll I) Relations of component parts of equipme:nt and systems
42 2) Control and flow diagrams
43 b, Coordinate drawin�;s with infarmation in Project Record Documents to assure
44 eorrect illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written teYt, as required to supplement product data for the particular installation:
47 a, Organize in consistent format under separate headings for dif�'erent procedures.
4& b. Provide logical sequence of instructions of each procedure,
CITY OF F(�R7' WOft"I'H tvnter• a�id Sniiltary,Se�ver Replacement Contrac11014, 4Y,S�Y1-f)
STANDAI2D COPISTRUC'i'fON SPF^,CIPfCt\'CION [70CUMI;N'T'S Citv /'rnject A�o. D23�45
IZevised December 2U, 2012
01 7R 23 -3
OPH2t�'t'IC)N AND ib[ALNTEN.4IVCE DATA
Page 3 0!' S
5, Copy of each warranty, bond and service cantract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of faihire
2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 l. Submit 5 copies of complete manual in fina( form.
7 2. Content, for architectural products, applied materials and finishes:
8 a, Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
i l 3) Information required for reordering special manufactured products
12 b. Instructions for care and mait�tenance
{ 3 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
IS product
l6 3) Recommended schedule for cleaning and maintenance
t7 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicablestandards
20 2) Clzemica( cornposition
2l 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systerns
24 I. Submit 5 copies of complete rnanual in final farm.
25 ?. Content, for each unit of equipment and system, as apprapriate:
26 a. Description of unit and component parts
27 l) Function, normal ope►•ating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
?9 3) Complete nomenclature and cammercial number of replaceable parts
30 b. Operating procedures
31 I) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut-down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Rautine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) A(ignment, adjusting and checking
40 d. Servicing and lubrication schedtile
4l 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 l) Predicted (ife of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
C(1'Y OP �{�R'(' WO(2TN Wirter and Sar�itcuy Se�ver Replacelnent Co�itrcrct 2(1/4, W'SA9-�
5t'rINDARI� CONS"['121,Ct'1(7�! ;iP(3C[FI�ATION DOCUMEN'fS Cily Prn/ect No. (�2385
CLevised D2eerr;;rer 20, 2012
01 7A 23 - 4
OPERA"CION AND MA[NTCNANCF. ()A'1't1
Page4 �if'>
l
2
3
4
5
6
7
8
9
l0
ll
12
l3
14
15
l6
17
18
[9
20
21
22
23
24
25
26
27
28
29
3
a.
i. Cl�arts of valve tag numbers, with location and function of each vaive
j. List of original manufacturer's spare pai•ts, manufacturer's current prices, and
cecommended quantities to be maintained in storage
k, Other data as required under pertinent Sections of Specifications
Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operatingcharacteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed coloi• coded wiring dia�;rams
d. Operatin�; procedures
1) Routine and normal operating instructions
2) Sequences requit•ed
3) Special operating instructions
e. Maintenance peocediu�es
1) Routineoperatians
2) Guide to "trouble shoating"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, n�anufacturer's current prices, and
recommended quantities to be maintained in sto�•age
h. Other data as required under pertinent Sections of Specifications
Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMIT'I'ALS (1VOT USED�
3 t 1.8 iVIAINTENA1vCE MATERIAL SUBMITTALS [NOT USED)
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 I. Trained and experienced in maintenance and operation of described produets
35 2. Skilled as technical writer to the extent required to communicate essential data
3G 3. Skiiled as dratisman competent to prepare required d��awings
Ci'1'YOf POftT WOK't'H WtttarnndSunita�ySciverRe��lacemenlCorivacl2t)Id, ;�S�1�f-D
S"I'ANDARf) COVS'CRUC'CtON SPL;f'I[�ICr\TION DOCUMENTS C:itv 1'rnjec� Na. 02.785
Revised pei;emher 2t), 'J.OI 4
t)i 782:i-5
t7PERATION AND MAIN'I'ENANC E DA'1'A
!'age 5 oP>
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USEDj
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED�
6
7
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/3 U2012 D. Johnson 1.5.A.1 — title of section removed
8
CITY 01' FOTZC Wl7R"1'H 4{'ater and Snnrtary SefE�er 2epTacemer:r Cnntract 2!lld, FVSA9-O
STANDARD CONS"CRUC"1'ION SI''ECIFICATi(�N DOCUMF.NTS G'iq� 1'rojeci .Nv. 023H.5
ttev�sed December 20, 2(S t 2
t)1 78 39 - }
PROJGC`1' RFiCORD DOCI;NiGNTS
Ps�gc 1 of4
1
2
3 PART1- GENERAL
4
5
6
7
8
9
10
il
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
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
l.l SUMMARY
A. Section Includes:
i. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Dra�vings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
I. Division 0— Bidding Requirements, Contract Fonns and Conditions af the Cont�•act
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 6id.
No separate payment will be altowed far this Item.
1.3 REFERENCES [NOT USEDJ
2.4 ADMINISTRATIVE REQUIREMENTS [NOT USED)
1.5 5UBMITTALS
A. Prior to submitting a rec}uest For Final Inspection, delivtr Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.� CLOSE(?UT SUBMITTALS [NOT USED]
1.8 MAINTENANCE iV[ATERIAL SUBMITTALS jNOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughiy coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet ofDrawings and
other pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on infor►nation obtained from the approved Project
Record Documents.
C[TY OP PORT bVORTH Water atid Sanitcny Server Itepluceittent Cor�tract 20l4, 4YJ'M-D
STA[YDAftD CONSTRUC�TIC�A' SPF.CIFICATION DOCIiNtGNT5 Ciry Project N�. �J2385
Revised July 1, 201 I
Q17839-2
PROJECT RGCORI7 DOCU141EN'l'S
r�g� z �>r��+
1 3. To facilitate accuracy of records, make entries �vithin 24 hours after receipt oF
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measu►•ement, investigation and examination.
G 1.10 STORAGE AND HANDLING
7
8
9
10
ll
l2
l3
l4
15
l6
A. Storage and Handling Requirements
l. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the tinai Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the skandards originalty required by the
Contract Documents.
l.11 FIELD [SiTE) CONDITI(�►NS [NOT USED]
1.12 WARRAIVTY [NOT USF,D�
17 PART 2 - PRODUCTS
18 2.1 OWNER-FURNISHED [oa] OWN�R-SUPPLIED PRODUCTS [NOT USLDj
l9
zo
21
22
23
24
2S
26
27
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secu�•e fi•om the City, at no
charge to the Contractor, 1 complete set of all Documents camprising the Contract.
B. Final Record vocuments
1. At a time nearing the completion of the Work and prior to Final Inspection, pt•ovide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESS�RIES [NC?'I' USLDJ
2.4 SOURCE QUAGI.7'Y CONTROL j1V(?T USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USEDj
30 3.2 EXAMINATION [NOT USEDj
31 3.3 PREPARATION [NOT USEll�
32
33
34
35
3.4 MAINTENA1vC� DOCUMENTS
A. Maintenance of Jab Set
l. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RF;CORD D�CUMENTS - JOB SET".
C[TY OP FORT WC)RTf! fd'ater a+zd Sanrtcmi� Sewer Re,rNncement Caw•acr 20i 4, WS,i4-U
STANDARD CONSTRUCTION SPGCIPlCA"1'(C)N DOCUMF.N'CS Ciry Yroject No. �)2385
Revised July I, 201 1
01 78 39 - 3
PRGIECC RECORll llC)CUMLNTS
Page � of'4
9
10
Ii
12
Prese�vation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitahle method for protecting the job set.
b. Do not use the job set fo►� any purpose except entry of new daYa and for revie4v
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section O1 71 23,
clearly mark any deviations from Contract Documents associated with
instatlation of the infi•astructure.
13 4. Making entries on Drawings
14 a. Record any deviations 6•om Contract Documents.
l5 b. Use an erasable colored pencil (not ink or indelible pencil}, clearly describe the
l6 change by graphic line and note as required.
17 c. Date all entries.
18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
19 e. In the event of overlapping changes, use different colors for the �verlapping
20 changes.
21 5. Conversion of schematic layouts
22 a. In some cases or� the Drawings, arrangements af conduits, circuits, piping,
23 ducts, and similar items, are shown schematically and are not intended to
24 portray precise physical layout.
25 1) Final physical arrangement is determined by the Contractor, subject to the
26 City's approval.
27 2) However, design of future maditicat'rons of the facility may require
28 accurate information as to the final physieal layout of items which are
29 shown only schematically on the Drawings.
30 b. Show on the job set of Record Drawings, by dimension accurate to within 1
31 inch, the centerline of each run of items.
32 1) Final physical arrangement is determined by the Contractor, subject to the
33 City's approval.
34 2) Show, by symbol or note, the vertical (ocation of the Item ("under slab", "in
35 ce'rlrn�; plenum", "exposed", and the (ike).
36 3) Make all identification sufticiently descriptive that it may be related
37 retiably to the Specifications.
38 c. The City may waive the requiremetxts for conversion of schematie layouts
39 where, in the City's judgment, conversion serves no useful purpose. However,
40 do not rely upon waivers being issued except as specifically issued in writing
41 by the City.
42 B. Final Project Record Documents
43 1. Transfer of data to Drawings
44 a. Carefiil(y transfer change data shown on the job set of Record Drawings to the
45 corresponding final documents, coordinating the changes as required.
46 b, Clearly indicate at each affected detail and other Urawing a full description of
47 changes made during conskruction, and the actual location of items.
C:I"t'Y OP FUR'1' WOK'T; H Water arid Sarritary Se�+�er Re�lacement Contrr+ct ?01 J, iVSA�1-1)
S"CANDARU COt3S"t'RUC'CfON SPEC:C(�ICATION DOCliR(F,iVTS Ciry Projec! �Vo. 023R5
Ctevised JuIY l. 20t I
01 78 34 - 4
PROJBCT RECORD DQCUMENTS
Page 4 o f 4
�
2
3
4
5
6
7
8
9
10
11
12
13
14
a Call attention to eacl� entry by drawing a°cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and ctear reproduction.
2. Transfer of data to other pocurrients
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Uocuments, other than Urawings, wilt be accepted as final
Record Documents.
b. [f any such Document is not so approved by the City, secu��e a new copy of tllat
Document from the City at the City's usual charge for reproctuction and
handling, and carefi�lly transfer the change data to the new copy to the approval
of the City.
3.S R�PAIR / RESTORATION [NOT USED�
i5 3.6 RE-INSTALLATCON tNOT USEDJ
16 3.7 FIEL.D �oR] S[TF. QUAL[TY CONTROL [NOT USED]
(7 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 AD,IUST[NG (NOT USEllj
19 3.10 CLEANING [NOT USED)
20 3.11 CLOSEVUT ACTIVITIES [NOT USEDJ
21 3.12 PROTECTION {NOT USED)
22 3.13 MAINTENANCE [NOT USEDj
23 3.14 ATTACI3MENTS [NOT USEllj
24
25
END OI' SECTION
_ .
Revision Log
UA'1'E NAME SUMMARY OF CHANGE
26
Cl'i'`c' OF FOR1' WGI� CI i EYnler arrd Sai�r(ary Seiver R�placeinent Con�ract 2�Id, WSftil-D
S'1'ANUAItD CONS'C[tUC'flOh SPEC(FICA"f[ON fJ(i(;t;MGNTS ClryYroject Nn. 02385
Revisuj Julv I, 201 I
y9 99 00
'1'emporary Asnhalt Sidewalks, DrivewaY�, and Burrier free Itam�s
Yage 1 of5
1
�
SFCTtON 99 99 00
TEi�iPORARY ASPHALT SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PART2- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 l. Temporary Asphalt sidewalks
7 2. Temporary Asphalt Driveways
8 3. T'emporary Asphalt Barrier free ramps
9 B. Deviations fr�m thi5 City of Fort Worth Standard Specifcation
10 1. Placement of temporary asphalt sidewalks, driveways and barrier free ramps for
1 t utility construction prior to street, curb and gutter, sidewalk and driveway
t2 reconstruction. Materials and construction means and methods shall be per Section
l3 32 ! 2 16 Asphalt Paving.
14
15
16
l7
t8
19 1.2
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
C. Related Speciiication Sections include, but are not necessa�•ily limited to:
1. Division 0- Bidding Requii•ements, Conti•act Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 02 4 i 13 - Selective Site Demolition
4. Section 32 12 i6 - Asphalt Paving
PRICE A1YD PAYM�NT PROCEDURES
A. Measurement and Payment
t. Sidewalk
a. Measurement
1) Measurement for this Item shall be by the square foot of cotnpleted and
accepted Sidewalk in its final position for vari�us:
a) Thicknesses
b) Types
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 6id per sc�uare foot of Sidewalk.
c. 'I'he price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
2. Driveway
a. Measurement
1) Measurement for this ltem shal( be by tl�e square #oot of completed and
accepted Driveway in its final position for various:
a) T'hicknesses
b� Typ�s
2) Dimensions will be taken from the back of the projected curb, incJuding tl�e
area of the curb radii and will e;ctend to the limits specified in the
Drawings.
CYI'Y pF FOR"I' WOR"I'I ( SWater and San;tary Sewcr Replacement Contrnct 2014, bVSti1-t:
S"I'ANf7ARD C(�NS"PRf_[CTtON SPECII�fCATfON GOCUMENI`S CPN q23�34
Revised Apcil 30, 2013
99 99 00
't'emporary Asphalt Sidewalks, Driveways, and Barrier Free Ramps
Page 2 oP5
1
2
3
4
5
6
7
8
9
10
II
12
13
{4
t5
16
17
18
19
20
21
22
23
24
3
3) 5idewalk portion of drive will be included in driveway measurement.
4) Cucb on di•ive will be included in the driveway measurement.
b. Payment
O The work performed and materials furnished in accordance with this [tem
and measured as provided under "Measurement" will ba paid for ai the unit
price bid per square foot of Driveway.
c. The price bid shall include:
O Excavating and preparing the sub�-ade
2) Furnishing and placing �11 materials
Barrier Free Ramps
a. Measurement
1) Measurement for this Item shall be per each Barrier Free Ramp completed
and accepted for various;
a) Types
b. Payment
l) The �vork pecformed and materials furnished in accordance with this Iten�
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Barrier Free Ramp" installed.
c. The price Uid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and ptacing all materiats
3) Curb Ramp
4) Landing and detectable warning surface as shown on the Drawings
5) Adjacent flares or side curb
25 1.3 R�F�RENCES
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Abbreviations and Acronyms
1. RAP (reclaimed asphalt pavement)
2, SAC (sua•face aggregate classification)
3. BRSQC (Bituminous Rated Source Qual'rty Catalog)
4. AQMP (Aggregate Quality Monitoring Pro�•am)
S. H.M,A.C. (Hot Mix Asphalt Concrete)
6. WMA (Warm Nlix Asphalt)
B. Reference Standards
l. Reference standards cited in this specificatian refer ta the current reference standard
published at the time af the latest revision date (ogged at the end of this
specification, unless a date is specificalty cited.
2. National [nstitute of Standards and Technology (NIST)
a. Handbook 44 - 2007 Editian: Specifications, Toierances, and �ther Technical
Requirements for Weighing and Measuring Devices
3. ASTM International (ASTM):
a. ASTM D6084 - 06 5tandard Test Method for Elastic Recovery of Bituminous
Materials by Ductilometer
4. American Association of State E-Iighway and Transportatian Officials
a. MP2 Standard Specification for Superpave Vo(umetric Mix Design
b. PP28 Standard Practice for Supe1•pave Volumetric Design for Hot Mix Asplialt
(HN1A)
(�[TY OP PO(LT WORTH Water and Sa�utttry Sewer fteplacement �ontraet 2014, WSM-C
S'i'ANDARll CC)NS"I'KUCPION SVECIF[CA'CiON DOCIJMENTS CPN 02384
Revised April 30, 20I3
99 49 GO
Tem�rlry• Asphult Sidet��alks, Driveways, and Harrier Hree Rnmps
Pe�e 3 of5
1
2
3
4
5
6
7
8
9
10
11
12
l3
14
l5
16
t7
18
19
20
ZI
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
a T 201, Kinematic Viscosity of Asphalts (Bitumens)
d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary
Viscometer
e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder
Using Rotational Viscometer
f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness af Asphalt
Binder Using the Bending Beam Rheameter (BBR)
5. Texas Department of Transportation
a. Bituminous Rated Source Quality Catalog (BRSQC)
b. TEX 100-E, Surveying and Sampling SoiEs for Highways
c. Tex 106-E, Calculating the Plastieity Index of Soils
d. Tex 1 Q7-E, Determining the Bar Linear Shrinkage of Soils
e. 'I'ex 200-P, Sieve Analysis of Fine and Coarse Aggregates
f. Tex 2U3-F, Sand Equivalent Test
g. Tex-204-F, Design of Bituminous Niixtures
h. Tex-207-F, Uetermining Density of Campacted Bituminous Mixtures
i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse
Aggregates
j. Tex-226-F, Indirect Tensile Strength Test
k. Tex-227-F, Theoretical Maximurn Speciflc Gravity of Bituminous Mixtures
L 'I'ex-2�F3-F, Tack Coat Adhesion
m. Tex-244-F, Thermal profiie of Hot Mix Asphalt
n. Tex 280-F, Deterrnination of Flat and Elongated Pa►-ticles
o. Tex 406-A, Material Finer Than 75 µm (No. 200} Sieve in Minerat Aggregates
(Decantation Tcst for Concrete Aggregates)
p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete
q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine
r. Tex 4l 1-A, Soundness of Aggregate by Using Sodium Sulfate o►� Magnesium
s. Tex 460-A, Determining Crushed Face Particle Count
t. Tex 461-A, Degradatian of Coarse Aggregate by Micro-Deval Abrasion
u. Stilfate
v. Tex-53Q-C, Effect of Water on Bituminous Paving Mixtures
w. Tex-540-C, Nteasurement of Polymer Separation on Fleating in Modified
Asphalt Systems
x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders
y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales
z, Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters
aa. TeY 923-K, Verifying the Accuracy of Liquid Additive Metering Systems
39 l.d ADMINISTRATNE REQUIREMENT5 [NOT USEDJ
40 1.5 SUBMITTALS (NOT USED)
�11 1,6 ACTION SUBMITTALS/INFORMATIONAL SUI3MITTALS
42
43
44
A, Mix Design: submit for approval, Section 32 12 16
B. Product Data: submit product data and sample For pre-cast detectable warning f'or
barrier free ramp.
45 1.7 CLOS�OUT SUBMITTALS [NOT USrDJ
46 1.8 MAINTF,NANCF MATERIAL SUBiVIITTALS [N�T USED]
CI�1'Y UF FOIL'C tiV(�[2'fi1 Watar and Sa:�iCnry Seti�=er Repiz�eement Contract ?U1�4, WS(vi-C
STANDARD CONSTRUC"I'ION Si'ECIf��tCATIC)N DOCtJIViENI`S CPh!72384
ttevised April30, 2Qt:l
��y 9� o0
1'em�>rary Asphult Side�t•aiks, Uriveways, and E3arrier Prea Ramps
Page 4 nf 5
1 1.9 QUALITY ASSURANCF. [IYOT USED�
2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�Dj
3 111 FIELD CONDITIONS
4 A. Weather Conditions: P(acement of asphalt sha(I be as specitied in Section 32 12 16.
5 1.12 WARRANTY [NOT USED)
6 PART2- PRODUCTS
7 2.1 OWNER-F'i1RNISHrD PRODi1CTS [NOT USF.Dj
8 2.2 CQUIPMENT AND MATERIALS
9 As specitied in Section 32 12 16
10 2.3 ACCLSSORIES (NOT USEDj
I 1 2.4 SOURCE QUALITY CONTROL (NC}T USED]
12 PART 3 - F,XECiJTION
13 3.1 INSTALLERS [NO'I' USED]
t4 3.2 EXAMINATION [NOT USED]
IS 3.3 PREPARATION
l6 As specified in Section 32 12 16.
17 3.4 INSTALLATION
l8 A. Genecal
19 i. Sidewatks shall have a minimum thickness of 4 inches.
20 2. Sidewalks constructed in driveway approach sections shall have a minimum
21 thickness equal to that of dz•iveway approach or as calted for by Drawings and
22 specifications within the (imits of the driveway approach.
23 3. Driveways shail have a minimum thickness of 6 inches
24 4. All pedestrian facilities shall comply with provisions of TAS including location,
25 slope, width, shapes, texture and co(oring. Pedestrian facilities installed by the
26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no
27 separate pay).
28 B. Forms: Fol•ms shall be securely staked to line and grade and maintained in a true
29 position during the depositing of concrete.
30 C. Placetnent: see Section 32 12 l6.
3l D. Finishing
32 l. Temporary asphalt sidewalks, driveways and ba�Tier free �amps shall be finished to
33 a true, even surface.
34 E. Joints
35 Not applicable
36 F. Barrier Free [tamp
Cf'T�Y OP FOR'1' WOR"7'T I 1Natcr and Sanitary Sewer Replacement Cuntract 20?�4, WSE4f-C
S7'ANDARD CONS"I'RUCTION SPEC'IF[CA"CION L)OCU�IEN"CS CYN 02384
Revised Aprit 1U,20(3
99 99 UO
Tempuratry Asphalt Sidetvalks, Dri��c�vays: and Rarricr Frce Ramps
Page 5 ot'S
l l. Furnish and install brick red co(or pre-cast detectable warning Dome-'I'ile,
2 manufactured by StrongGo Industries or approved equal by the City.
3 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction
4 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or
5 landing where the pedestrian access route enters the street.
6 3. Locate detectable warning surface so that the edge nearest the curb line is a
7 minimum of 6-inch and masimum of 8-inch from the extension of the face of the
S curb.
9 4. Detectable warning Dome-Tile surface may be curved along the corner radius.
10 5. I��stall detectahle warning surface according ta manufacturer's instructions.
l I 3.5 REPAII2/RESTORA'I'IOIY [NOT USF,Dj
t2 3.6 RE-INSTALLATION [NOT USEDj
13 3.7 F[ELD QUALITY CONTROL [NOT USED]
14 3.8 SYSTEM STARTUP [NOT USED�
15 3.9 ADJUSTING [NOT USEDj
16 3.10 CLEAI�tING [NOT US�D]
17 3.11 CLOS�OUT ACTIVITIES (NOT USEDj
l8 3.12 PROTECTION [NOT USED]
i9 3.13 MAINTENANCE [NOT USED]
20 3.14 ATTACHMENTS [NOT USEDj
21
END OF SECTION
� _______ _.._� _.__�.. .� __ ______�_� _
i
22
C17'Y OH FO[Z'I' l�'(>R'I'1�1 Water and Sanitary Sewer Replaccment, (::ontract 2014, WS�t•C
STAND�RD CUNSTRUCTION SFF,C;TP[CAT[C7N DOGUMF;I�TS Crl'N 02384
I2evised .4pril 30, 2013
9999q1-I
TGMP(3RARY ASPI�Al;C CLiKB ANll GU'C'I'EKS
Pagc I of 3
I
z
3
SECTION 99 99 Oi
TEMPORARY ASFHALT CURB & GUTTERS
4 PART1- G�NERAL
5 1.1 SUMMARY
6
�
8
9
LO
If
12
13
14
i5
16
l7 1.2
18
19
20
21
22
23
24
2$
26
27
28
29
30
31
A. Section Includes:
1. Temporary Asphalt Curbs and Gutters
B. Deviations from this City of Fort Worth Standard Specitication
l. Placement of temporary cu►•b and gutter for utility constructian prior to street, curb
and gutter, sidewalk and driveway reconstruction. Materiafs and construction
means and methods shall be per Section 32 12 16 Asphalt Paving.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- 8idding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 02 41 13 - Selective Site Demolition
4. Section 32 12 16 - Asphalt Paving
PRICE AND PAYMENT PROCEDURES
A. Vleasurement and Payment
1. Concrete Curb and Gutter
a. Measurement
1) Measurement for this Item shall be by the linear foot of Cancrete Curb and
G utter.
b. Payment
t) 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 bid per linear foot of Concrete Curb and Gutter complete and in place
by curb hei�ht.
a The price bid shall include:
1) Preparing the sub�rade
2) Furnishing and piacing all materials, including foundatian course,
reinforcing steel, and expansion mate►•ial
CCI'Y ON FOR'1' WQR'C(i (hitiert Pr<>ject R'ume]
STANDARU CO�:S"CRUC'I'[ON SPECIPIGA'1'[Oh DOCUivIEN"1'S [Ins��t Proje�,t NumberJ
Revised December 20, 2012
999401 -2
"rrMPORARY ASPIIALT C(JR[3 AND GUTTGRS
Page 2 of 3
I 1.3 R�I+ERENCES jNOT USEDj
2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D]
3 1.5 ACTION SUBMITTALS [IYOT USED]
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATF.RIAL SUBMITTALS [NOT USEDJ
7 1.9 QUALITY ASSURANCE (NOT USED�
8 1.10 DELIVERY, STORACE, AND HANllLING (NOT USED]
9 1.11 F1LLD CONDITIONS
10 A. Weather Conditions: See Section 32 13 l3.
11 112 WARRANTY �NOT USEDJ
(2 PAR'T 2 - PRODUCTS
13 2.1 OWN�R FURNISHED PRODUCTS [NOT USED]
14 2.2 �QUIPIVIENT AND MATERIALS
15 A. Forms: See Section 32 13 13.
t6 B. Asphait: See Section 32 12 l6.
17 2.3 ACCESSORIES �NOT USED]
18 2,4 SOURCE QUALITY CONTROG (NOT USED]
19 PART 3 - EXECUTION
20 3.1 INSTALLERS [IYOT USEDJ
21 3.2 EXAMINATION [NOT USED]
22 3.3 PREPARATION
23 A. Demoiition / Removal: See Section 02 41 13.
24 3.4 INSTALLA'CION
25 A. Forms
26 l. Extend form§ the full depth of asphalt.
27 2. Metal Forms: a gauge that shall provide equiva(ent rigidity and strength
28 3. Use acceptable metal forms for curves with a radius of less than 250 feet.
29 4. All forms showing a deviation of 1/8 inch in 10 feet fi�om a straight line shall be
30 rejected.
C("CY Of C(7R7' W(7RTH [[nseri Project N�3mc]
S'I'ANDARD CONS'T'RLIC'I'ION SPEGIP(CA"I�t01�( �)OCI)MGNTS (Inscrt Pr�jcct NimtberJ
Revised December 20, 2O I 2
999901 -3
't'F,'tviPORARY ASYFtAI:I' CUIZl3 ANU GIJTTGRS
Pa�;c 3 of 3
l 8. Placement
2 I. Deposit asphalt to maintain a horizontal surface.
3 2. Work asphalt into all spaces to form a dense mass free from voids.
4 3. Work coarse a�regate away from contact with the forms
5 4. Hand-Laid Curb and gutter
6 a. Shape and compact subgrade match existing as removed
7 b. Lightly sprinkle subgrade material immediately before asphalt placement.
8 c. Deposit asphalt into forms.
9 d. Strike off with a tempiate 1/4 to 3/8 inch less than the dimensions of the
l0 finished curb, unless otherwise approved.
i l C. Curing: see Section 32 12 16.
12 3.5 REPAIR/RESTORATION [NOT USED)
13 3.6 RE-INSTALLATION [NOT USEDJ
14 3.7 FIELD QUALITY CONTROL [NOT USED]
t5 3.8 SYSTEM STARTUP (NOT USED]
1 f 3.9 ADJUSTING [1VOT US�D]
17 3.10 CLEANING [NOT USED]
18 3.11 CLOSEOUT ACTIVITIES [NOT US�D]
19 3.12 PROTECTION [NOT USEllJ
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACHMENTS [NOT USEDj
22 END OF SECT[ON
23
?4
Revision Log
DA"1'E �Iai��fE SliMM�RY OF CHANG�
CI'I'Y OF' FOft'1' W(�[t"['H
ST.AlV1�ARD COiV5T'R[JC`i'ION SPECTF[C:A`I'ION Dt�CtlMEN'CS
Rc:v i sed Decem bcr 2U. 2012
(insert Project Namej
[Insert Projcct Number)
APPENDIX
r��r.i�� e�:�rerre�� �e!��
GC-4.02 Subsurface and Physical Conditions
FiE-4��r r�ao..,.,.,.,,�a �,,,,:t;.:o�
r_r n n� u.,�.,.-,�,,,,� � ....:.........o,,..,i r,,,,a;t:,,., .,+ c;+o
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
.. .
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised Juty I, 201 l
GC-4.02 S�ubs�rface and Physic�l Condi�io�s
�'HIS PAGE LEFT INTEI�1'TIONALLY BLAl'�TI�
CITY OF FORT WORTH Water and Sonitary Sewer Replacement Contract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised July t, 2011
0
CITY OF FORT WORTH
T/PW
SOIL LAB SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: WATER&SEWER REPLACE CONT 2014 WSM-D
Project# 02385
DOE No: 7311
Fund Code: 03
Contractor:
HOLE 1 Catherine St
LOCATION: 413 Catherine St W/4
3.00" HMAC
13.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG:
MUNS�LL COI,OR CHART : 14 Xx' .
HOLE 2
LOCATION: 513 Catherine St E/4
1.75" HMAC
12.25" Lt Brown Sandy Clay W/gravel
2.00" Orange Brown Sandy Clay
ATTERBURG LIMITS: LL:20.2 PL:14.3 PI:5.9 SHRKG:2.0
MUNSEI,L COT,OR CHART: 10 Xr. 8f3 very pale brown sand
HOLE 3 WEILER BLVD
LOCATION: 1032 Weiler Blvd E/4
4.50" HMAC
6.00" Lt Brown Sandy Clay W/gravel
5.50" Brown Sandy Clay W/gravel
ATTERBURG LIMITS: LL:29.1 PL:14.4 PI:14.6 SHRKG:10.0
MUNSELL CQLOR GHART: 10 Yr. 6/3 Pale Brown Sandy Clay
HOLE 2
LOCATION: 50'S of Grande Ct W/4
2.25" HMAC
8.50" 2:27 Concrete (623.0 PSI)
5.25" Brown Sandy Clay W/gravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG:
MUNSELL COLOR CHART: 10 Yr.
HOLE 3
LOCATION: 944 Weiler Blvd E/4
3.50" HMAC
6.50" Grayish Brown Sandy Clay W/gravel
6.00" Brown Sandy Clay W/gravel
2
ATTERBURG LIMITS: LL;33.2 PL:16.3 PI:16.9 SHRKG:9.0
MUNSELL COLOR CHART: 10 Yr. 7/2 Lt Gray Clay
Approval:
Routing:
Ryan Jeri
Date Tested: 10/2/14 Superintendent
Requested by: Robert Sauceda
Tested by: Soil Lab File
�GC-6.06.D 11�Iinority and �Vomen Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water and Sanitary Sewer Replacement Cantract 2014, WSM-D
STANDARD CONSTRUCTION SPECiFICATiON DOCUMENTS City Project No. 02385
Revised July (, 201 I
� � � n �
, .�.r P, � �y f; •
T n � r �
� � � ° r.
o � ", n O
'� � � "r �
n � `+
„* 7Q � �
� �
� �
f
.,� "
��
;y ..
�
�
�
n
�
=' n � z
ra � � �
.. � .. �
::�
�
.�,
�a � s' t ,� `
� a
� � c
� { �
A ^
a
v �
� �
�
� a � � T
� � —
- �' �
� �
� �
�
t
�
c
�
^
�-�., �
=
.�� �
� �
�
�
Z
w
�
A
.n.
`r
_
�
Z
c�
�
S
�
�
�
v
jU
�
�
-�.,
Ic
�
�
\'
C
�
!
O
� �
� y
''� �
/ti+ O
/r
�
�
�
�
�
�
°�. �
��
� �
O• 'iy"y
nQ !/1
� �
� �
�_
��
� �
�
�
a
�'
�
f
z
0
<
!-�
C+�
N
O
-P
ATTACHMENT1A
Page 1 of 4
F-� ���� k�I H City of Fort Worth
MBE Subcontractors/Suppliers Uiilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
ARK Contracting Services, LLC
PROJEGT NAME: MNV/DBE � NON-M/M/DBE
Water and Sanitary Sewer Replacement Contract 2014, WSM-D, Part 1 BID DATE
November 6, 2014
Gity's MBE Project Goal: Prime's MBE ProJect Commitment: PROJECT NUMBER
�� o,0 3.6 0,0 02385 ,���, �.,3,,
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,
Iwill result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE 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 prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1S� tier, a payment by a subcontractor to
i#s supplier is considered 2"d tier
AL.L MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide 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
by the MBE as outlined in the lease agreement.
Rev, 5/30/12
I'ORT WOR'fH ATTACMMENT 1A
� Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
MBE �rms 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 previousiy registered with the City's MIWBE Office, which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NQTRCA Certlficate °
SUBCONTRACTORISUPPLIER T n Detail Detail
Company Name i Subcontracting Supplies Dollar Amount
Address e M W S M Work Purchased
TelephonelFax r B e g g
E E E E
Cowtown RediMix �� 3� «�
3401 Bethlehem Avenue ����2c���� ���, v�
Fort Worth, Texas 76111 � � ❑ ❑ ��°`-" ��` �V' ��
817-759-1919
817-759-1716 fax
C. Green Scaping, LP Grass sod � ��
2401 Handley Ederville � j� `�"`'
Road � ✓ ❑ �
Fort Worth, Texas 76118
817-577-9299
817-577-9331 fax
Buyers Barricades �3n 2 � < <.� n r�,� � . '�
P.O. BoX 7498 �Tr v c� r�
�ir n rr=� �
Fort Worth, Texas 76111 � ❑ ❑ � c��,� �,�� �-
817-535-3939
8�17-831-7171 fax
ACT Pipe & Supply � ,,�� / "="
1888 W. Northwest Hwy �,n � v�/ }���' �`� �
Dallas, Texas 75220 � ❑ ❑ � �",.;�,,��; r
972-409-9200
214-574-5272 fax
Vulcan Materials Co.
6100 Western Place Dr A`' `'iz `��., "�'G� �d, � 5 � J
Ste 400 s A � �-
Fort Worth, Texas 76107 � ❑ ❑ �
817-377-5340
❑ ❑
Rev. 5/30/12
Folt�r �Vc�[�'1���
ATTACHMENT1A
Page 4 of 4
Total Dollar Amount of MBE Subcontracfors/Su liers '"��
pp � l� 3, 5 G�'�
�'
Total Doilar Amount of Non-MBE Subcontractors/Suppliers $�� c�� G� �`�
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2 7�/, /�i y'
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 submitfal of a Request for Approval o
Change/Addition form. Any unjustified change or deletion shail 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 expianation of how the requested change/addition or deletion wili affect the committed MBE goal. tf 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 subconfractors, including MBE(s)
and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of
any books, records and files heid by their company. The bidder agrees to ailow 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 cancerning 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 frprn participating in City work for a period of time not less than one (1) year.
Steven C. Bowrnan
.F'Fsident `
Title
ARK Contracting Services, LLC
Company Name
420 South Dick Price Road
Address
Kennedale, Texas 76060
Clty/StatelZip
Pr(nted Signature
Contact Name/T(tle (if different)
817-748-7400 / 817-748-7438 fax
Telephone andlor Fax
sbowman@arkcontractingservices.com
E•mall Address
11/11/14
Date
Rev. 5/30/12
FC) P.T Wt=) I:"I' H
�__,,,��,�..._._
i
��� � �TTACHMENT �1C
Page 1 of 3
NUV �. 3 201�
City of Fort Worth ���a��o����,�����,
MBE Good Faith Effort Form
����
PRIMH COMPANY NAME: Check applicable biock to descrfbe prime
ARK Contracting Services, LLC
PROJECT NAME: MM//DBE X NON-M/NVDBE
Water and Sanitary Sewer Replacement Contract 2014, WSM-D, Part 1 B�D DATE
November 6, 2014
City's MBE Pro}ect Goai: Prime's MBE ProJect Commitment: PROJECT NUMBER
17 a�o 3.6 0�0 02385 ��,�� ��3ii
If the Qfferor did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this
form.
If the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith effort", 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
rnisrepresentation of the facts or intentional discrimination by the Offeror.
Failure to compiete this form, in its entireiy with supporting documenfation, and it being submitted to and'
received by the Managing DeparEment 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.
1.) Please list each and every subcontracting and/or supplier opportunity for
project, regardiess of whether it is to be provided by a MBE or non-MBE. ,{D
FIRMSI On ail projects, the Offeror must list each subcontracting and
regardless of tier.
of this
or supplier opportunity
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Grass/Sod/Seeding Traffic Control/Barricades
Surveying Concrete
PipeNalves/Fittings
Aggregate/Sand
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
andlor suppliers from the City's M/WBE Office or the City's website.
[�X ___Yes
�No
Date of Listing 9�25/14
3.) Did you solicit bids from MBE firms, within the subcontracting andlor 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 andlor supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
Y2S (if yes, attach iisi to fnclude name of MBE firm, ep rson contacted, phone number and date and time of contact.)
X No
5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previousiy 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 iist to include name of MBE firm, tax number and date and tfine of contact. In add(tfon, if the fax is
returned as undelfverable, then that "undeliverabie conf(rmation" recetved must be prfnted directly from the
facsimile for proper documentatfon. Fallure to submft confirmation and/or "undeilverable confirmation"
documentation may render the GFE non•respons{ve.)
_a No
6.) Did you solicit bids from MBE firms, within the subcontracting andlor suppiier areas previously listed,
at least ten calendar days prior to bid opening by email, exciusive of the day the bids are opened?
�_Yes
_QiVO
(If yes, attach email contirmation to include name of MBE firm, date and time. In addition, if an email Is returned as
undetiverabie, then that "undelfverable message" recefpt must be prfnted directly trom the email system for proper
documentation. Fallure to submit confirmation andlor "undeliverable message" documentation may render the
GFE non- responslve,)
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 that 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?
�X _Yes
�_N o
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
�Yes
No
Rev, 5/30/12
ATTACHMENT1C
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 alI copies of quotatlons.)
X No
1d.) Was the contact information on any of the listings not valid?
�_Yes {If yes, attach the informatlon that was not valid in order for the MNVBE Offlce to address the corrections
needed,)
_allo
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 additiona! sheets, if necessar , and attach.
Com an Name Tele hone Contact Person Sco e of Work Reason far Re'ection
no quotes were received
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 actuai 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 wili 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 L.ocal laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
Rev. S/30/12
ATTACHMENT1C
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 gaod faith. It is understoad that any MBE(s} listed in Attachment 1C will be
contacted ,and the�reasons for noi using them will be verified by the City's M/WBE
Steven C. Bowman
sident
Printed Signature
re
Title
ARK Contracting Services, LLC
Company Name
420 South Dick Price Road
Address
Kennedale, Texas 76060
CitylStatelZip
Contact Name and Title (if different)
817-478-7400 817-478-7438
Phane Number Fax Number
sbowman@arkcontractingservices.com
Email Address
11/12/14
Date
Rev. 5I30/12
Fo�T'�v't�o��rH
--'-"`� ''-- Cifiy of Fort V1lorth
Minority Business Enterprise �pecificafiions
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
ap�licable. If the total doliar 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 � 7 % of the fotal 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 lhe Managing Department, within the following times a{located, in order
for the entire bid to be considered responsive to the specifications. The Qfferor shali deliver the MBE documentation'in
person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shalf be
evidence that #he City received the documentation in the time allocated. A faxed copy will not be accepted.
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, exciusive 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 o enin 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/su lier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if uiilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exciusive of the bid o ening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS
Any questions, piease contact the MMIBE Office at (817) 212-2674.
Rev. 5/30/ l2
J f
1
�'�%`�' `�e� ���r ��
_...,.—~-,.~,:�,�.�..��.,�„�;r.-�.s:. -
t�;iy;
1
D0� 7311 PI'�OJECT 02385 BID NUMBER_._
^ (Please check one}
Mif�ority(Womei� Business Enterprise O��ice
L�TT�R QF INT�NT Tb P�RFORM AS A ME3� SUBCONTRACTORISU�G4NSULTANT
[NOT�: Pur�uant to Ute. City of �ort Wor(h Business Diverslty Enterprise OrcSinan�e, MBE finns participaGng under the Otdin�nce mus( be certified
prior lo recommenrJation of award in arder to be counted (ow�rds subconfrac�ng parlicipafian. If the City of'Fori INorth determines (hat a pro�osed
MBE is not cer(ified according fo Ihe Orciinance requirements the firm should immedi�le(y submif a c:ompleled cerfificalian applicalion to ihe Norfh
Cenfral Texas Regional Certlficatlon AgPncy'(NCTRCA}, G2� S�x F)ags nrive, Suite 100, Arlington, TX 760� 1.j � � '
1. Name of Project Water and Sanifary Sewer Repiacemen# Contracf 2014,.WSM-b, Part 1 _
2. iVame of OfferotYPrime c�ntractor A�!( Conirar,ting SeNic�s, LLC ��_,
3. The undersigned is pre��red to �erfonn the following described work antl/or supply the makerial IisEed in c;onrtec(ion wilh ihe
abovc projecf (where appffr,able specify "supply° c�r "instail" or both): �
Grass Sod (Furnish antl InstaU) at !he price of $ 33 400,40
Gre211 SCapitlg November�li 201�
(Name of II+I�� �frmj (Date) r� = ��.
._ _ �.,-- .�
�� S � ��,�1� ----~"�.—=�.'.--���__`. -�---..�.._.—....
_ ,�.��.--` ;---�---��— -._._ .
ircl� one (Owner( trtfiorizec! Agent of MB�,t�j.�l'ypP or ('rint t�tame �c� an f e o Owner or ath�rized Agenf of M�Efirrn� _ �
dlnuc�snqreenscaping.corn/sqei��3nmillar a�reense� inc�.com
(Ernall Address to appear on Listinys provided by the MWBE O(ffcej
£�17-577-92h9 ! 817-577-8331 fax
�OHice and Fax Numbers)
A��lDAVIT OF OPferorlPrime CUNTRAC?OC2
I H�R�BY D�CLARE AND AGFlRM fhai I, Nlike Pitmk _..-.— -------_. am the duly authorized represenlaiive of
Circlo onc (dvrne�l�uthorized Agent) )
ARI< Contrac.(inr� Service�LLC and (ha( i have persnnally revie��red Ihe material and
Name of ('rime Contractor
facfs set forih in this Le(ter of Intent to Perform, To the besf o� my kno�t�ledge, informa(ion 7nd belief, the facts in this torm are lnte,
and no mairriai facts h��ve been omilted.
Pursuant to the Cily of �ori Wurlh �usiness Dfversity Enterprise Ordlnance, any person (entiiy] who makes a(alse or fraudulent
siatement in connecUon wviUt participation vf a h�BE firm in any City bf Fort UVorth contract may be referred for debarment
pror,edures under fhe City of For( Worih Business Diversity Enterpri5e Ordinance.
i do solemnly swear or a�rm that ifis signaiures confained herein and fi�e Informaiinn providecl by the Prime Confracfor are true
antl r,nrrect, and fhat I am aulhorized on behalf of the Prime Contractor io i�nake fhe �ffidavit.
Mike Plunlc
Ch'c(e One (Owner! Ai�thorized ,Qgent) Type or I'rint ��;�ir=: •,
�r/ ,---�
�'! ./._,.- �-7`' ,`". .._..__..._--..
, _ __
(5lgnature of Owne�rAuthorfzed Agent)-'�-�
l817)478-7400 .
(OfFice Numher)
l�RK Contraciinq Services LLC
(Name of Prime C.ontractor-Print or Type)
November 11 2014
(Datej
817 �47&7438�
(rax Number)
6r�izo�z
IF� ]C� `�' �� ��'�' �
_f��-
`u--Y'_ ,,r� z�-
�
t�UE 7�1�1 PRbJECT 02385 t31D NUME3ERr._._
� (please cheelc one)
Minority(V�lorn�r� dusin��s �n��rprise 47fiiice
L�i'iCFi Uf� IN�"�Ni' `CO (��i��C1{`�M �� 11 NIf3� �IJ�CpN�'F1�IGTC?R/St1f�t;i7N�ULT�1f�lT
(AIOTE: Pursuani to lhe Cify of Fort Worlh Business Dive�'sily Entetprise Ordinance, MBE iinns parlicipating under ihe Ordinance must be certified
prior fo recommendafion nf award in order to t�e counted toavards subcnntracling participaiion. If the Ci1y of Fort Worlt� determines lhat a prop�sed
hA�E is noi cerfifiecl ar,cording lo the Utdin�nce requirements the firrn shoultl immedialely submit a compleleci ceriiticalion application lo the Norih
Cenirai Te;xas f-iegional Certificatian Rgency (NCTRCA), 624 5ix Flags Dri��e, Suife 100, A�linglon, TX 7601 i.)
�1, �lame ot Pr�ject �Nater and Sanitaiy Sewer Repiacement �ontracf ?_Oi4, W5M-D Part 1
2. Idame ot OfferorJPrime contractor ARK Goniractinq Services�LLC _ �_ _
3. The undersigned is �repared to pQrform the tollowiny described evark andlor supply the m�leriai lisied irt cnnnection avilh (he
above project {v�here �p�licable specify °suppi}r' or "inslall° or both):
SupPly Redi A4ix Concrete � xat tlie price ot � 9,160.00
Ca�,vlov�m Redi Mix Inc____. November �t 2ot4 _
(Nanze of 6�BE Firrri) , , (Uete} .-
`—�� �`
�-- ' � �.��� S � y�k;. `� � 1�,\ �; �
Circle one (Otvner „uthorized Aqen �f MBE firm} Type o�• Prinf Name (5lgnature �i Owner or Autho_rir.ecl Agenfi of h1�E firm) -..
�.r- — : :._ �
mhourani C�cowtownrm.us 817-759-1919 ! 817�759-1716 f�
(Emnil Address to appear on l.istinc�s provided by !he MW�C Uflicej (vi#ice nnd F�x Numbers)
�FFIDAUI'� �JF Offeror/prime Gc�idTR,��it��
I I-IEREBY bECLARE AND AFFIF4tvi that I, (viii<e Plunk am (t�e duly aulhonzed represenlative o(
Circle one (Osvner(AttihorizerrAgent)�
ARK Cuntraclinn Sen,ices, LLC and th�( I have personaliy reviev�ed lhs malerial and
Nama of i�rime Contracior
facts set forlh in lhis Lelter of ln�ent to Per(orm. �'o Ihe bost of my kno���ledgo, in(ormation antl beliet, ifip (acls in ihis form are true,
and no material iacts have been omitted.
Pursuant lo �he City of Foi1 Worfh Business l7iversily Enierprise Ordinance, any oersan [entityJ who makes a false or frautlulent
staternenl in connection �1itn pArtfcipation of a MBE (irm in any Ciiy of Fort Worlh cont�acl may be referred for debarment
procetluras under the City of Fori 1NorEh Qusiness �iversity Enterprise Ordinanr,e,
i do solemnly swear or atfirm ihat lhe signaiutes containeci herein and tha iijformation piovided by the Prime Goniractor are true
and corr�r,�, and lhal i am auihorizecl nn behalf of lhe Prime Contractor to m�ka �he affidavit.
Mike Plunk _ _.
Cirr,ie Or�e (Ownerl Auihor(zed Ageni) Typa ot PYin2 Naine
>
�
(Signalure of ('Jwner or�iuthorized Agent�
jS17 4) 7$�7400 __ �_
(Otfice Number}
ARK Coniraclinq S�rvir,es, �LC_
(hlame af Prlme Contractar-print ar Type)
November 11, 2014 __
(Date}
.(�17 �178•7d38 _---.�
(Fax Number}
s���7oi7
; , � ',' , �. m
:. ���� -�£�;�:�, _
�_�,
7
September 25, 2014
Mike Plunk
Ark Contracting Services, L,L.0
420 South Dirk Price Road
Kennedale, 7X 76060
Dear Mr. Plunk,
This is in response to your request for the attached listings fo assist your company in seeking and
utilizing MBE sub-contractors and/or suppifers:
Contractor Opportunities Requested Contractor Opportunities provided
SW3P No IUIBE Firms Pravided
Survey Surveying Services, l.and (including Geophysicai)
Su�plier Opportunities Reauested
Pipe
Pipe Flttings, Va{ves, etc,
Barricades
Grass Sod, Seeding
Concrete Supplier
Asphalt Supplier
Aggregate
Sand
5uaplier Opportunities Provided
!Vo IVi'BE' Firms Provided
Pipe fittings and Valves -
Barricades, Traffic Cones and Other Devices
Seeding and Sodding (Including Synthetic/Artiflcial Turf)
Concrete/Masonry Products (Redf-Mix Pour or Bagged)
No MBE Firms Provlded
Aggregate; Sand/Gravei/Dirt/Topsoil, etc,
See above Aggregate; SandlGravel/Di►`t/Topsoll
The attached listings can be utilized up to two months from the date of this letter, per
City of Fort Worth's Business Dlversity Enterprise Ordinance #20020-12-2011. If
addifional commodities are needed within this 2-month period, please contact this office
and your request will be processed immedfately, Thank you for your fnterest and if
MNVB� Office can be of furEher assfstance feel iree to contact at (817) 212-2674.
Sincerely,
�aG/t� i�(%�
Administrative Technician �
Housing and �conomic Development Dept,
Minority/Women Business �nterprise Office
HOTISING AND ECONOMIC DEV�LOPMENT DEPARTM�NT
MINORITY/WOMEN BUSINESS ENTERPRISE
THE CITY OF FORT WORTH * 1000 THROCICMORTON STREET * FORT WORTH, TEXAS 76102
Phone (817) 212-2674 � �ax (817) 212•2681
�,� �5'� �.
=�.
To: Estimator
Date Sent: October 6, 2014
Pages To Follow: 0
Subject: Citv of Fort Worth Biddin� Opportunities
-��" WORiFI — Water & Sanitary Sewer �epiacemenf Contract 2014, WSN1-D,
Pt. 1 11-6-14 @ 2:00 p.m.
Ark Contracting Services, LLC is bidding the above referenced project for the City of Fort Worth, Texas as
a Prime Contractor. We request material and sub-contractor quotes for:
• Barricades/Traffic Contro)
• Grass/Sod/Seeding
• Concrete Supplier
• Pipe/Valves/Fittings
• Aggregate/Sand
• Survey
If your company is interested in providing any of these products or services for this project please
contact our office at 817-478-7400. These plans can be viewed on the City of Fort Worth's website
http://fortworthtexas.�ov/purchasin�/ , We will receive quotes untii SPM the day before the bid,
Fax: 817-478-7438 — Phone; 817-478-7400
420 S. Dicic Price Rd, Kennedale TX
i'iffa�y �awl�
From: Tiffany Rawls [mailto:trawlsCa�ari<contractinaservices coml
Sent: Monday, October 6, 2014 2:37 PM ��
Cc: mplunl<Calarl<contractingservices com; sbowmanCa�arkcontractingservices com
Bce: 'asaenz@muitatech.com'; 'oaba@theckgroup,com' (oabaCa�thecl<group,com); 'kmwani@att.net';
rangellandsurveyCa�swbell net; roqelio.cabeilo(a�industryjunction com; ronibl ctcCa�hotmail com; cowtownfirafficCa�aol.com;
dloucf<sCc�lgreensca�ing com; Sfiacy Geigenmiller (SgeiaenmillerCa�areenscaping com); noshchoCc�sbcglobal.net;
maxcowtownCa�yahoo.com; mahourani�a�yahoo.com; `aea_alex@cnextplus.com'; 'danielle@earthhaulers.com';
"rambotrucking@gmail.com' (rambotrucking�a qmail.com)'
�ubject: Fort Worth Bidding Opportunity
�i���� � t';��.'� � ���
� � i ° �: � �' �' �
To: Estimator
Pages To Follow: 0
Date 5ent: October 6, 2014
Subiect: Citv of Fort Worth Biddin� Opportunities
BIDS: 11/6/'14 (a� 1:30 PM '
-�T WOR'fH — Water & Sanitary Sewer Replacement Contract 2014, WSM-D, Pt. 1
Arl< Contracting Services, LLC is bidding the above referenced project for the City of Fort Worth, Texas as a Prime
Contractor. We request material and sub-contractor quotes for:
• Barricades/Traffic Control
• Grass/Sod/Seeding
• Concrete Supplier
e Pipe/Valves/Fittings
• Aggregate/Sand
• Survey
If your company is interested in providing any of fihese products or services for this project ptease contact our office at
817-478-7400, These plans can be viewed on the City of Fort Worth's website http://fortworthiexas gov/purchasin�/ .
We will receive quotes _until 5PM the dav before the bid.
1
Fax: 817-478-7438 — Phone; 817-47�-7400
420 S. Dicl< Price Rd, I<ennedale TX
2
�
�
� v
� N
��
��
2 �
I �
� �
iU
c`�D —b
Q� O
� �
�
�
�
�
�
�
�3
�
n
fp
�
�
�
t7
O
�
�
�
c>
�
N
a
i.�.
�
�
�
�v
�
rt
�
i
� �
� ..
� �
� �.
� O
o �
a'
�
rn
0
�
v
a,
m
�
O
T
0
�C
G
O
�
�, �
�. �
� �
� �
� ':
, �
��,
,�, ,
� �
Pp.a
,d 'a
i
�a-v������
e��.N�o.��. ��
;•r
tD � � �' o' oi � ..
�' � (� � � � � p ��i
0� proj =� C�D N r` a, '"'
�'n �� o P�. a��
�o v •� %� Oo�,
���roa�o��
�-� m m c � �. o �,
w N v�, �' � e, (�v ^
c�', • � -,
o: � a � �- �; a, v
�' � � —� j o � ` rr
1p (D .. = rC�- � ro O O
-�p�,�oo.,.�-�Po,
T� ?n � � n p�j � N `G
� O'v0 �tn Vjcn
� � O p � �P. p v �
'O -�
�' �' �-° �'� 3n
� �' o- �. a" �
�i�o� �
�� v�, �
' �- � � v�
o � � � � �
� _ � .� � �,
� rt n � � �
� 3 � � o
a.�•. n �
i�i� u
o�o�=.
� �.o �rn
� � � o �
� � � m
�, . �,
� a -c��' � o
a�. �' � �
_ �,,,
o � �
� Oo �
ry
`�' � � N
. �
� � O �
C �
� C n �
� � � �
pQ�%'j � �+
.� - :
n m �,
�o, �D �
� �
ff� O n �
�;��v
.�
co � � a.
� • c
� m � m
n' � ..
��� ��
o���
� �� ro
.. h G� -
� (D �
�, � r�-r
� �
N �
o ro
�
�
01
�
N
�
x
N �
O ~'
V
� �
a �
�
n v�
ro �,
='• �
m i
Q S
O
N [D
� ..
� �
(D �
Q- V
n� �
`D v
� °°
�
O
O
o �
� �
rt o
s �
m �
i��i o
� �
o �
o �
O ��
� N
tn r+
m °'
� ��
ti�
�� �
s �
;-� Q:
�
�, �
o �
��
� o
o �,.
� �
�- m
� �
ro r�
n�, "a
� O
O Q'
< �
�
C �
� �
n N
N �
N �
� �.
m
. N
� o
mc ,.�'.,.
G ?
._ y
� �
n `O
(� (�
�• �
.Q �
c �
o �'
� �
to
v�i n
C �
� rt
rt y
� �
Zl Q
� �
-s
'�' O
S �
fD
! n
d �
w
� rt
o �
-� �
c� �
,-r V
S 00
(D �
a .p
Q; o
0
--1
�
(D
N
N
�
v
�
N
n
a
�
�
m
<
m'
ro
s�.
e e e a � �
c � � o � n�i
-�'
2 � n, -,
� o��a < n � �.
°'+ °' m o °-
�` V�i C � \
w T -a cNu -'�,
Q. �,zs, Q °'
� � _� �
� � O
�
�
O
o D
> >r
� n
� o
r�-r �
o �
� v
.n �,
c �
� �
N �
(D
� �.
N
r
r
�
a
O.
a
�'
aa
�
ro
v
�
0
<
m
-,
m
�o
N
�
c�o
a
�
O
fD�
rt
0
�
�
�
n
�
O
-y,
'Y7
O
r�
�
O
�
�
c�o
X
�
�
a
N
�I
"O
�
�
N
�
O
�
r+
v
0
,
G
tD
�
.�
c
fD
rN-t
�
a
,�+
to
-,
n�'
N
�
�.
�
c
a-
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised July I, 201 I
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 less
Excavator Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill 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
Spreader Box 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
11.74
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
Acoustical 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
Drywall 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
�ather
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
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
Page 1 of 2
Reinforcing Steel Setter Helper
Roofer
Roofer Helper
Sheet iVletal 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
13J4
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
GC-6.24 Nondiscrimination
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water and Sanitary Sewer Replacement Coniract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised July I, 201 I
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2014, WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02385
Revised Juty I, 201 1
CITY
OF
FORT WORTH WATER DEPARTMENT'S UPOATED:2-29�2012
STANDARD PRODUCTS IIST
Approval 6peeNo. ClAsss�eation 14fauufaekurer ModellVo. NationalSpec Size '
_ WASTEWATER _ _ _
, , _
'Manhole [nsei�ts ' '
...__. ... GI-Id ,Jinnholcln.en........ . __ .. .. .... ... .. _ ... ....... KnuhunEnterprise. ..._.... ......... NadeluOrder Plsstic . . .......AS'1'ilID12�7R .... [or_J"dia......
� �. �.. . � �: F.1-Id � �� � \Innhole irt crt ��.�. � . . . � . �: Swth Westem PacAaging . � � Muda lo Order • Piactic � � " ASTA1 D� 12JR � �. �. For 2d" Jia. � �. .
' EI-I3 '�.\funholclnsen ' NoFluw-Inilory \Iudn�oOrdcr-Plnslic ' AST11D1248 For2J"Jia.
. ° ...... . . ........ . ......... ......... . . . . . . .. .. . . . �, . . .. . . . ._ . . ... . ... . . ... . :. . . .... . ... ..... . ...... . .. �. .. .. . _ . . . . . .... . . '�: . . .. .... _ . . .. ...
0921196 �� GI-IJ ��:Manholelnsen Suuthxe�temYactmgSScds,lnc LifeSure�-Slnin�esxS¢+�I ' F�r?J"dia.
.____ . _..__ _____ __... ..... ._.. __._. ' ___. ..... . _.._ .
(ri/�i!)b CI-Id \fanho�ah�sert Suuth�cr5lemPacV.moScSeals,lnc. T��huLoA-SlninlenStal For2�'dia
.. . .. ..... . ....... ...... ... .. . . ... ...... _... .... ....... ... . . . ... .... ... . .... ... ........ ... ...... ... .
__. ..... ...... ..... ..... _.... _.... __- __. _.___ ..... . .__ ._.. .___ . ..... __.._.. ..... _____._ __...
'�[anholes & Bases/Frames & Covers/Rectaneulxr ' ' '
' ' '�. \lunhule Pmnxs aMl Co�ers � \Vesiem Iron W<xAs. By�. & Huys Fowxip• . I(N)1 '. 2�"ed0" WD
._... . .___ .._... ._... ..._. ..__ ........ ......... ..__. ._.... __.. _... ._...... . .._... _....... _._.. _...... ...._..
a �' '�, \7anholu Framc and Corurs Vulcan Fnundry 67SU I ^_4"r10"\VD
... ..... . �...... . . ....... ... ..... ........ _...... ......... ........ ..... ........ . ........ ....... ...... ...._.. ........ ,.... ........ .......
...._... ......... ...._.. .._.... ._.... ........ ...._. .._... ........ ._..... _._.. _.._ .._.. . ...._. ..__ ,_.... _.._. ._...
'Nlanholes & Bases/Frames & Covers/Standard (Round) '
' EI-I� �i\tanhoie Franxs anJ Cuven 14estern Imn WurAs. 6ass S Hay. PmmJry 3IXY_'4 '�, 2�' Dia. .
_._ . _.._... ___. ..._... ....... ....... ...._ ....._. ......._ ....._ ...._ .__ _._. . ....... ..... _. ..._. ........ _._.
` �� EI-tJ '\huihuleFmmaundCovers � M1lcKinleytmnWorkslne. AIdr4\( �. . ... IJ'Dia.
......... . ......... ...._... ._...... ......... ..... ... .._.... ......... ......... ........ . ......... ........ ......... '... . . . . ... '��... ..._....._.....
a
'� BI-IJ '�.hlnnlmlzfr,mxs:mdCm�crs � NttnahC:utinc . °d.•Dia.
._.' ... .. ... .EI-14 �.\fanfmlafranxsandCoren ... . .. ....._ ., .. . ... ..Vuk�nFnunAp.. . .._.. .. . ... .. ...I3d2 ........ : .. .. ASTr1AJ8. , ... 2d'Dia..
......_ ..__ . .__.. ._.. .._... _.._ ..._. ._... __. ..._. . ...... .__ ___ . __.. .__ .._.. .. . __ _...
�' 61-14 �I�(anhcdcf•mnx.;u�Corcrs �' SigmuCurpon�mn bIH-11dN I �..
_._ . ._.. . _... _._ .__. ._.. ...._. _.... ._.. .._. __.. ..._ .._.. ........ _._. ,...... __. ._..
' EI-IJ '�.\IanhuleFr�nus:uklCo�ncc � SigmaCorporanon MH-IJ3N I '�:
_...... .__ . ..... _.... ..._. ___ _._ ._... .__.. ._.. __. ___.__ ._._. ..__. ..... __.._ __._ ._._._
� EI-IJ �!\ixnhuirFr�nx�nndCocers � Pont-A-\tousson GTS-STD '�. 24"dia.
� GL(d =MnnholcFmnxeandCovcrs N�tywtiGiuina ' ld"Aiu.
......... ......._ . _....... ......... ._...... ........ ........ _._. ._... . _... . ...... .__. ........ _...... .._.... :._.. .._.... ......
72i/03 ' L1-14 I\fa�holeFrem.s�ndCovea � Saint-GubmnP�pelim�stPumrtzlraxaq RG7'-R9PS '�. 30"Di:�.
......... ... _.... ......... . .. ...... .... .... . . ... . .... �. .. . .. ....... ....... . .. ...... . .... . ... ......... . . . .. . .. ... . . .... ..._ .... ...... _........ . .
T,..�.:i�G ' Gi�.' '�.-+r�C.l� tl.u_ni.li',,:ci ::�a:ion}.�nl:u.`d��,;k, VI�:>�,v�dYlti.i}...izr� � �.tS.{I:)R,�ilrf;4 �-��:Di��.
......... ......_ �....... ..._...... ......... ......... .. .: . . . ....... ..._... ........ ......... ......... ....... ':.. ... ......... �':. .. ...............
IUOZ/10 ' F,i-Id �'�.10"URiH2inv�andCnver � SisnwCofpoution ' \IHIGiIFN:\�\IHI(S02 ' ' :I/'Dia
__. . ._.._ ..._. _._.. ..._ ...__ ...._ _.... ....__. ...._. .._. _._. ....... ..._.. ....... :..._. ...__ ___
Oil1`1/11 EI-IJ ,,30"Dl\1HRm�andCoczr. . . ......... �. .. ..SWrNpcF'ralucn ... ...... b11173I'R5'SS[N' ........ ......... ; 3U'Lliu .....
....... .. ..... ..... . ..... ..... �... .... ........ ......... _.... ._.... . .... ....... ...
ORf10/I1 ' Fk-14 �'JII'�DIhIHIim�andCo�cr ' 4rcucast � 42117fR)HravrDmv�erchCmkeiRmg � ' 30"Uia
__... _.__. ._ .._... _..__ ..... . _ . __- __ _________ - _—__- _.... . ..._.. .__...._ __._._. ._.____ ______._ _.__. .- _-- _..______
Nlanholes & Bases/Frames & Covers/Water "Cight R Pressure Ti�;ht
...�� . . GI-14 \fxnhol<t�r.mx..undCorers. . . . .. . .. ....... .. ....PontA�lousson . .. .... �.. . . ..Pamtight. . . . . , . . . ...... . . �-!'Di�a.......
..__ ___. .__.. __.. _.__ .._._ __._ ...... ___. ___. ___ .___ .__ . __. ...__ ...__. ___. ._._
' Gl-I�! '�.hlmiholeFrauxsundCorcn �� N«nahCasiing ' 2�"Dia.
� .._ EI-IJ �tanMilel'�i�rcsanJCouam ....... .__._ _ VulcanPuinJr�".. ... _..... 2342 ..__. _.._. AS'P\IA1R. ...... '-J"Dia. ......
.... EI-14 �.hl;mhe I Cmmes:md Covers � � � \Ve.,tern Imn NurAs.i3a�s & Hu��c Poundry �:. 3(IU-2JP �� ... ' °y'• Dia.
��. ., . . . ....... ... . .. .. ......... ..._ ._.. ._..... . ........ ....... ........ ...... ........ ...._ ...... _...
* EI-14 \IanMlef,nxtianJCo�en �1cKin1�}IronNorkslnc WPA24A\( ?4'Uia.
_.. . _. . ._ _.. ._.... .._. ___ _.. ___ .__ .__.. ..._ ..._. .__- _._. .__ _._. ___.
O7I03/(H) ' ELIi ���:JlanhulePramesnndCuvrn � A¢uc;�st �' RG_>100 .\STA1A4d ' 2d"Din.
�- _ _ . ___— -__- ____ _ .__._.. . . . .. .. _— _— _ _ — _____ —_ __ '.__._ . . _—__
0-1R0/OI �� EI-IJ �'�.`IauholeFmma�nJCm�n ....5 nunpirefnAustriesPri�aleLtd. ���; 31N12J-'_375RmgumlCo�er . AS'PM1le13% .... J Uia.
....... _._. .._.._ .__. ..__ ___ -__ ___ __.. .__.. . __ __._ ___ __._ __. _.._. __.- ___.
',Manholes & Bases/New/Components
oii�siyi iirem �n� H>�i« i�n�i�� ��.vt�,sm� _ _ _��s,n� Ko�y�, �.k. ,�a�r..� ui��.�-s�:�i P-ziii .�si �� nz��o�wi�m�z
__ — _ -- - . . _._ _
0a/26/(Nl .Of(sct Juint i'ur �' D�am. \IH ..... ....... ..... Hanson Concrcte PraluU� . .. - Umwmg \o. 3i-(NN8-W I
......... .. .. .... ... . ...... . . . . . . . . .. . ... ..... . . . . . . . .
fN{2(/IN) ' '�, Profilu Ousl,cUor 4 Dunn. AIH. ��. Pceas-Se I C,is6et Corp 251}-1G GmAet AS'fili C-413/G3fi7 SS �IH
, _.___ . __.__ ._.. ..... _.... .. _..
IC6/99 HDPGAIanhub:�djmuncatRin,.... ..... ..... .....L�dtcch.fnc..... ....- .....HDYEAJ�v,uncntRing � Wntm(ficnrr.i
...._... _..... ...__ _.._ ....... ........ ........ ...._ _.._ ....... .._._. .__._ ___.. . ......... _...... .,..... ._..._ _._.
�r [;�!�, �' �'.`I.uil �i� I.:...n.�. i".54:�p ' c,u•u„ � Ci'4 t1 .� id�r,.l l i.�..r�: :. :u �, i.e;i�. n J, sn�m I '.
.._... ........ ...... _._. ...... ..... ........ ....... .._.. ...... . ._. _... .:._ ........ ._.... �:..... �� ..... ........
.._.... ..__. ..._.. ..._.... .._... .__.. _...._ .._.. ...._.. ._.._ .__. _..._ ...__ ..._.. ___. __._ _..... ___.
'Manholes & Bases/New/Precast Concrete '
.." ... .. EI-IJ \Innhal�. Prmnst Concrcte .. . . . ... .. .. . . . . .. .. Hydru Conduit Cnrp ... .. ... . . . . . . SPL item #J9 . . . .. .. ASTA1 C d7ft . . . ...a3 . . ..
.__. . .__ . _.._. __. ._.. .._. .__. .__ .._. .._. . .._. _... .._. __. __. _._ ._.. .._.
' F;1-11 \fanholc. Precau ConcrtW �1'.dl Cc ncretc Pi� Co. Inc ASTA1 C a41 J%"
..... ..... . .__ __. ..._. ....... _... ._.. .._. ...... ..... _... .._.. . ..... .... ._._ ..._. .._.
- �' FI-Id '�.\Ianhule.Pr.c.�stConcrete HnnsunUomxrlyGiflord-Hilb ' ASTA1C178 JF•.
11126/lNl fl-I-{ �1H, Sm�l� OOcet SanUaint ..... ..... ..... -.... Hansnn ..... ..... Type F D�eg 35-fNFIR-(N/i AST\f C 47A �F8' Di,im hIH
tri)23/96 GI-11 !Atanhole, Precau Coucm�c Concretr Vr�iuct inc. �' JS" I.D. \lunhole w/ 32" Cone AST\f C d78 ' J8" e�/3�" cone
._.... _.... ._._. __.. __.. ._.. ....._ ..___ _.__ _...... __. _._. __.. __.__ __._ _._. ...._ _..__
:is,au.aG � ei-.- '�1�uut�i��,rn��,�C.,rnnc ' 'r,rl i��(.�..�:,�:o�.� '� -Ix tDSfi�tou ...1�c.ia ' ,�i��:,C��ra '� ah-
..._.. ....... ....... ....... ........ ....... . . . ..�:... . .. ...... .......,.. ......... ....._ ...... ........ ......... ....... '�,... ......... .......
lil.,,:��i� � F.:. ����.ii.�it�,l�.ii,�-i�IE�n���i�: :)I�li.i.l':`i.11n�. ' -181.I)41'i't.,�::�`u +' `�SP1:Cb]t •.J_t"Klns;
i � �
_ - .. _ . _...... ..- _ - _____. _. __ _ ._. ____. _... _„"_
- __- _- . — � - _____—_ .._.. __.._ .__ - __
06i09110 :' FI-Lt '�.\Lmhnic, Przi,� t(R vo�u R ivnr.nf �� nrcla....- US C pc�.s �a Pipc Reuduu f P I�nwi Can�rort AST\i C.7(r 18' �0 72'
...... ....... ......... ........ ....-... ........ ......... .._.. ...... ....... ........ ........ ...._ ......... ...... ..,...... ....... .......
. . . . .. .. . �, . . . .. . . . . ... ... .. . . . . .. . . . . . .. . . . . .. . . . . . . .. .. . . .. . .. . ... . . . . . . . . . , .. . . . .. . . . .. . . . . . . . . .. . . .. . , .. . .. . . . . . . ... . . .. �; .. . . . . . .. . . . .. . ..
' bt�nholei & Bases/New/Fiberalass '
vzs�mi r�n��s���s ni.��n�i` r•i���i co��u�c����,<m. o��. ri������� asTni 3�s3 n�,� v.�rn<.��.•,,
_ _ _
46.?Ol�b �' ;�ue: 'r.�i:ric [..k I t t.ri_:,� � i�aiti<.
_.... __. __._. ..... ..... ..._. .... . ..... ___-- __.._ . .._. ..... ..... ..... ..... .._... _.' •'' ._._.
......... ..... _. �,._... ......... ......._ ... _... . , _.... ..... .. _ ..... . ... ..._.... ._.._.. ....._.. ....._.. ......... ......... ,..... ._ __. .... .....
'Manholes & Bases/Rehab Systems/Cementitious '
.(.... .....EI-14 .\fanh�le,Rih,ibSystemc ......... .._..... ........ ......... Qu,iJes.... ... ..... , ....._. ......... .._.... ._._.. _....... . ..._... . ....
.._. ._.. .._... ...... ...... ........ _....... ......_ ..._. .._. ......... ...... ........ .......... ........ :..... ..... ........
Wl23/01 ' EI-Id �'�.\tanboleRch�bSytiemr Sinnd:udCenxntAlatenals.Lic RNmar91SP �'�,
_.._ _... .__ ..._ ... ...... ........ ........ .._. __. ...... . ....... ..... ........ ......... ........ .... ...... ......
' fiI�IJ �'�.MenholcRchabS}stems APG1tP.mmfurm ' '
.__. .._... ..... _._ .__ ...... .__ ._._ ...... __. _... .__. .__ .._. .._. __. .._. .....
1/?0/01 ' 81J d Ilfanhole Rehab Sy.acm � Svone -Sr.d Systenu Strnng Scal \ISZA Rchub Sy.�tem ', �
5/ILU3 ' fl1-14 �6nianhuleRehabSystzm ��. Po�y-triplcxTechnulugics MHrcpavpnxlun«r�wpmfii�r.niun ASTAID581i
._.._. . ......... ......._ ......... ......_. ....... ......._ .._.... ...__. _..._. . . .... _ _._.. ....._. ..__.. .._..... �:..... ........ ......_.
t�g:t(:/UG '�. �.ticn� .l�.i��a�..i���air � i'IozKart (.�h�i.,ingi:. Vm.l,h✓:tr Iz � i�P.odu_� � 11x Uoc
Manholes & Bases/Rehab Systems/NonCementitious
OS/20/96 . . ....E1-14 Jlanhotc Rchab Svstem. ......... ........ ... ......... Sprayra�, .. .. ... .. . Spra} R��II Pol�urcthsn� C.uting . ..r1ST\t D(19/D790 , . ..... ..
........ ....... ....... _... ........ ......... ..�... . ........ ...... ......... . . ._ ... ..... .... , ... .... .....
��� ' fiLl-1 �'�,\IanhulaReh.ibSpstenu � SunCoasl '
._.._.. _....... ._.... . . _... ......... . ........ :...... .._..... _..... . ........ _....... ..._... ....._.. ......._ ......._ 1... ..........._.....
�t:i:"l)(. �. ��.(�n:�lii �.�t(.�..n�.;�. � r'.'.t.�l�.i:� �. C,c..:.t,�:i i-:"). ��II{it.;�l.l_. �., l.t.{12,,.:.�,�i�c."I'.,:. �' S� i;,� �Ii.,.1i:�n�
:_Yi'_'ti�k4�'�. �-i'o.�� _ .rC.:r.s:�i'rrn�.ei.n ;'rer:...il:�.�.i,mn.;riai ;:3[.acd1'-sp! ' ti� z�.\p.(:dion�
........ ......... _..._. . _ ....... ._...... ...._... ......... .__... ..._... ......... .._. _ ........ ..... .... ...... _. ._...... .. i .. ......._ .........
U4'.f,�lh ' 'oat .. .rCi.:r'.' �n.t:�.i�„n ' 1`r::icl ' �t.ti.' �>nti:hF.�o.� '� ' ♦ .<rtp,h:.,liuns
Piqe/New/Centritu allv Cust Fiber�iss Reinforced Pipe/PoIY�»zr Moditied Concrete
7/21/97 '�' '�.Ccm C:t Pibergla�. �. Hub.0 pipe USA. Inc � H baY Pipe (Nun�Prewurel AS9'M D3'_6LDi754 '�
IU/t0/03 . ... . ..... fluatilc ......... . ...... .. ......... .._...... ......... Anu�vhUSA ......... .... ..... .. . ......... __ . . .. ......... . . . . ...... .... .
Prepared 2/2 9120 1 2 Page t
h?!'_>/111 l�itx•rpl�st P pc
....... . ....... . _.... ...... ._..
1��;(15 ..talr�n Ai i'r�JC .li>:
�lf�7lly/IO � Iii �I '�.,I2�'Infl)C(YlPoiln)CICt�nu�ICllpc
_.... ..__. ._..._ ........ ._.....
CITY
OF
FORT WORTH WATER DEPARTMENT'S UPDATED:2-294012
STANDARD PRODUCTS LIST
Manufacturer Model No, Nationai 3pec Size
�nxrnn �ondslrand RPMP Pipe ASi�1 D7�(,2/U375J
.... _ .... _. ...... ...... . .... .._ .._. . ._. __ _. _.. ._..
.\ i .��..�s�� �: � .r � �v.-r� t .1sT�) c :?n � �7 : , � �n��� t :n, b
�u
__ —.___- _. .____ . _______. . — _ _ . ...___- ___.... __— ____._ ._._.
USCnm{<.ii�Pi�¢ : RcinturtlPnl}mrr(�nn�rt0.P�Pe .. ASI\((iJG ��,.
'�,1'ipes/lvew/Concrete ��� '��
' EI-0-1 Cnnc PiEx. Riin(oi d . . . . \VuI1 Concnt� l i�eCoJna . . . . .. ASThI C 76 .. . ..
.. . .... . _.. ... ..._ ._. __. .... ..... ._.. __ _.. ._ ... _ ._. ___ . .... _._ __..
' '• .�. ELIN '�CancPipc,Rcinfon:<d '. kl}'droConJnitCorporation ! ClnssillTftG.SPLIIcmN77 �'�, AST�IC76 �'�;
` F.L03 Conc. Pi�x.2cinlnmcd Hancm C n�rc�c R«Iucn SPL It m#)5 Alanhole #9H Pipc ASI'\I C 7G
.'��. ..._ . ... ..__ __._ ._.. .__ ._.. __.. .._. ..... . __. .... __ ..... ._... ..__. ___ .___.
. " El-OJ Conc P�. Reinfon<d Cnncrcic Pgx R Pnulucts Co. Inc. AST\I C 76
: ...... . ........ __. ......... ......... . ........ ........ ...... _._. ......... ._..... ......._ ...._.. . ........ ...__. :..... ....._. .........
'Piaes/Ne�v/Ductile [ron '
... ` � :� F:l-OG I Ductile Iron Pipe . ...� .. Griffin Pi�xx Prex�ucts. Co. .. .. :. Su�.r I3e14Ti1e Du<file Iron Prt.surc Pipe. '�,, AWNA C I50. CISI ' 3" thm 2d"
J........ . .._..... ......... ........... ... . .. ......... ...,. . ......_. ..._._ ......_ . ......... ...._... _....... ,. .._. ......... ..'�.... ...............
� � EI-(M ���DuctileUonPipe Anrenc:mUuctiletrunVipeCo. �'� AmericanlnstitePiEx. ' ANIVACISO.CI51 '� A".ti".Y10"
. � __. EL(M DuctilclronPi�x.._. __. .._. ___ U.S.PiFx..uxlFiwndryCu. _._ _ .__ __.. .._. . .._A\VWACISO.CUI .. __. __..
r�. . ...... . ._.. . __. ...... .__ ....... _... _... _... _._ � ..... _... .__ _._ ._.. ..... ._.. ._...
'. ' * '. GI-Ofi iDuctilelronPipe Mc�NmuCu.tlrunPipeCo. �' AN'\VACISO.CI51 '�
__... . ...__ ..... __. ...... .._. .__ ...__ .____ .__._. __.. ...._ _._._ _- .__ __._ '_.__ ..._ _...
',Pipes/New/PVC (Pressure) ' '
� IJ02/il EI-U UR-I�PVCVrc+suroPipc ..... ....- ..... Pip�hlcJctstrcam ...-. ..... PVCVmsiurePipc ..... . ..... AW\VAC')00 ....... J"thru�l2" .....
.. .. . . . _ _. . . . .. .. .. . ... .. . .. .. . . . . .. . .. . . ... . . . .. . .. . . . . . . .. .. . .. . . . .. .. . .. . .. . _ . _.. . .. . .. . . . . . ... .. .. . . . . . . . . ..... ...... . . . .... ..... . ..... ... . . .. .. .
',Pipes/New/HDPE (Pipe Burs[inglSliplinin '
.... .... Hieh den+iry p>I�<thylcnc pi�..... ..... .... Phiiflp� Dn+mpiFw. Inc. ... � Opti�orc Duc�ilc PnI}cth�lcnc Pi� ... AST1f D 1248 .. 8' .... ....
, ° .... ' ... ,Hi�hdroitypolyahylenepi� .. ... .... Ples�vilnc..... .. ._ .... . _. ASTAtU1�48 ..... 8 ... ...
. . ......... . ...... . ....._ ...._. ........ .._._ ......... .._.. ._.... ..._. _._. ...._ ......_ . ....._. _... .i.... ._...... _.....
�', ' High demiry pol}tt6tl.ne pipe Pollv Pi�. Inc._ \ST\f D i 2d3 3'.
. ..... __. . . _.. ._.. ..... ..... __ - ____ . __.._ _._. . _. _____ __ ...___ .._..
, . High dencrt� polycthylene pipe . . CSR H}�dru ConduiU('i�xiin� Sy.+tenx AlcCamieil Pi� E il.irpnnent .. .. ASTAf D 1218
..__ _._. .._... ___ ._.... ._... _... _... ._.. .._. ._.. __.. _.._ _..... _.... ...._ __. ._..
I P�es/New/PVC ` '
Illf1J/13 F:I-�1 PVCCo`rugatnLSc��crPi� ... . . Conl�chConvlmctiunPrMlnctc.Inc. ... CnnixhA-'_IMHISmrerF'i�x .. .. AST\iF94Y S"thm36" ..
-.. . E1-? I �VVC Conupat Yf Sewrr Pipe .... ..... ...... Upunar ETI Cmnp;iny ..-. - .... Ultr,� corr -... . .... AST\i F 9AI :... �a" to 36" Oniy ....
' 03/Ib1/09 �' fii-ll ..PVCf.� iw�dS�nziPipc �� DiamondPlaslic�('nn,o��liun COAR2I AST\LF949 21'ro:16"onic. ...
.; �. ..._ . -_.__ ____ n_ ..... .._. _._ _._ .._. __. .._. ._.. __. ..._ . ..... .....:.. .....__ __— __. .._.__
'. GI ?5 '�,PVC Sewer Pipe ' C,urTes. Indimrics ' ASTRt U 3034 4" lhru I2..
�..... ._...... __... _.... ........ ....... ........ ........ .._... ...... ...... ......... ..._._ ......... ._... �..._. .._... .......
' F I-25 '�. PVC Sc�cer Pi�xx �� Cenain-Teed Pn�ucis Corp ' AS1'Ai D 3113� J" �hm IS'
. _.__ ._____— _ — _ __._.. _.__._. ___._- __._.__ — _— _ ___- ______ ._..
, 81-2� �'�PVC S���er Pipe Nn{xn 1lanufn�niring Curp AST�i D 103A. D i 7ft-1 d" S 3'.
r... '...._. _..__. ......... ......... _.... _...... ...._.. .._.. __.._ _..._. ..._.. .__. .___. . .__. ._.._ ......_ .._.. ___
- F,I ?5 '�,pVC SewcrPi�: � I-Dl Manufaiturino Comp;my, Inc. '�, ASTAI D 31134 1" - IS"
1223/97`� � EI �7 '�PVC Se�eer Pipe Dianwnd Pivaics Curporatiun SD2-26 and SDR-35 '�. AST\7 F 78`). AS'CJI U 3033 �'�. d" tlim IS"
j...._ ......... ......_.. ....... ...... ._..... _.._. .._._ ......._ ......_ ..._.. ..._.. .._.... __... _._. ,...... ...__. _......
*. '. EI-27 ;PVC Sc��cr P��: �� L msun Vyirni Rpc ASThf F 73Y ' d" thm IS"
*` EI-25 PVCSe��erPipe.... ....... _...... . .... L�trusionlrhnol�o�eti,tac .. .... .._.. . . . ...... _...... ASTAIll3l13d 8".10" ..... .
II/II/9R LI-?8 PVCScw<rPipu... Di�uiwndPlenticsComomuon S'Gr;nityScxeiPi� AST\fF679 13'Io2T•
... _. ... ._ __. ._... ..._. _. . __ . ..._ __ _._ ._.. ... ._ .._ __.
. ` C•.I-28 PVCSexcrNi� 1-\fAlmmfa�wrineCompam.Inc ASTMP67'1 18'-27"
� � .._. ._.. � _... ...... ........ ....... ._.... ..._. .._ ...... , ..._. .._. ..._. . ...... ..... _..._ __. .....
11/12/J9 EI-2) PVCTm,sPipr CuntechComwctmnRwluct+.6ic ConitihPVCTni+sPi� _. \ST\ID2C80 . S Ihmu�hl5'
'll ___ _..._. _._.. ..._ ..... .__. .._.. ._..... ___... _... _._. _... _. __. ____ �___.. .___.. ..._.
IK)2!/9� ' 811N1-2 �'�.Clas��I Profilr PVC Pipe '. L.unson Vylon Pipe Cadon Vylon H.C. Clu.e Profilr '�,, AS"G�I F 714 - I S"to d8"
� I 1/t7/99 HI(X) 2 Cbvitl Prnfile PVC Pipe DimiwnA Pimtiis CoRror.Wnn ASTnt IS03/F794 -. 18" io 48„
_...... ._...... .___. __... ___ ....... ...._... ......_ _. _..... ........ ....._ ....._ ___. ......... .._.. ._.... ........
u�;ar,iat; ' �;;-_, '�t�ecti, �nv��rr-:�:: o�,..,,,arr� ��.sc.�:�o���r��-� � �
f'� !�i AS1,41 i��'i7�) I�1 to �:z•.
....._.. ......... ..._.... ........ ......... .... ..... ....... _ ......... _...... .._._. ......... ...... ... ... ...... ........ .._..._ !..... .............. . .
0. '� f;-Js :PVc'S . ��L.r.._: Han_u SllR-( _rdSOR-3°1 �.l�.i�u.up .A:��A[D;D�J.U�I"SJ.e«: ' -!>�
` .. ..��� EI-�5 ��:�PVCSe�verFiltings .. ... ... ��. Pla�licTrenJs,ln.c � � ����Uasket��iPVCScwer�luinFittings '� AST�fD3l13d ... . . .
'Pipes/New/Ribbed Open Pirofile Larae Dinmeter '
092Cf91 EIIXI^_ PVCS�aerPipe.Ribbzd ......... ........ ..... .Lmi�nnV}IooPi�x ....... CndonVylo�H.C.QocYlProfik.Pipe. ........ AS'fJ(Ff79 . IS'�o�t8".... .
09/?6/91 F:I(X1.? PVC Se�c.r Pip<. Ribbed E�tmsion T tihnologiec. Lne Ultra Rib Open Profile Sc�wr Pipe AST\I P h79 18" to aR"
_._ . GIIN)1 PYC S�wcc Pqx. R�htx.-�t __. ._. __. U�,nor fTl Compan� _... . .. _. __ . .._ ._ _ __. ._._
'�. 11l�0lIU �F.101i'_) Polypmp�lene(FP)1���ar P�pc,lhmbieRtdl . . .. AS�ancudD m..i�S�stenut�USi S.miii�eHPLkmhlell�IliComitoteU) ... ,�SC�iF�736 . �d _tY. ..
� II/I�UIU tFI00^� Pn1�7r�p�I.n��P(1S��u P�p�.TnpIclY,dl .... .... .Ad��mi-dD S iun.(ADS) SnniTrtiHFTupicAA',diPpo... ... ASTn1F37G1 l0'�ul,0" ....
un,a�S
. f15/Ifi/I.� ... ����.titce�IR niim�dVnlith��I..��Pi�e .... ... C��nI'ech(. i.tn���i��nPr�xlu�1� ._ . .... I)umwcr ... ,. ._ AS1'�\1F��2ih� ' .. �1'in72^ ...
I YIPeS/Kellel0/l.1CY , ... ..... ... ... . .... ..... .... . .... . ..... ....
° Curei PI P�x ti.tut iTv AIn ASTM1tCl216
Oi/Ol/99 Curt i i 1 I Pipe N�i I L r t�h G�up Nuu i 1 L (SPL� Item N27 AST�I f" 121G/D-5313
0529/96 Cun, I m Nlnu Pipc Rynulds Inc/InhnccT�rhnnla� Ilnlmcr USA) lnhner9�Yhnoligy ,1STpf f' 1216
,Pipes/Rehab/Fold & Form ' '
� ._ .... f'oldnndlronnPipc _._ __ __ CuI1mnP�jx�S�atems.fnc. __ . _. ... ... _.. ._ ..._ .._. _..
._ . . ......... .... . .... . . . ... . .. ... .. ..... . .. . ... _. _. . ..... . _. . ._. ... ... ....... ..
��. IVUi/yg '�,, '�.Fnld.mdParmPipc ' InsilufnnnTnfinoloeics.lnc. '�., lnsnufom�'NuPIFx'' '�. A57'\IF-ISM ��,.
��.. _....... PoW.mdPumiPipe ......... ......... ',..... AnxricanP�pe�Pl;utin,(nc ......... ... ..... .Demu.Puq�oxeOnlY...
L/M/00 �'� fald and Porm Pipc .. ... .... Uhr.Jincr... .. UUcdincr PVC Aliny Pqxlincr AST\{ F-U(U, (K71. IN67 � ...... ...
�� ......... � .... . . . . ..... .......... . . . . ...�.. . . . ...... ......... .. . .e . . . . ........ ..... . .. . . ....... ......... ....1 .. ..............
(KJ09/03 ���, �ul� and Furm Pi�e �lillar P�eline Curp. E;C Ai vhuJ ASTA1 P I50�. F 1917 Up tu l3" dimnetec
..._ _... .._. . . .. . __. .__ __. ..... _._ _._ __. ..... ..... ..... .__ _... .__ ....
Pipe Enlur��ment System (Method) ' '
_... ..... PIMSytitem ...._ .__ ___ ..._ .PI\ICo�nration ...... . .._.. Pnlyc�hylcne __. PIhICo�.I�cata�N.ry.N.7. .._..\ppro�edPrcrirni5ly_..
. hlcC ueI1S�"tenu \Icl;aComwctiun Polyethyleiie Howton.'Pex.iv ; ..ApprovedNreviously
.__... _._.. ..__.. ..._. .._... ..._... ._..... ._.._ ___ ._.._ . ._..._ _.. .._.... ..._.... ._._ .... ._._ .. ....
�. ...._.. ......_ TR55}atem�........ ...... ..... ...._. Trenchle R pLscincntS���em ._.... ._..... Polye�h)Icne .__. ....._C I ary,Canada i...Appm�rdPrcvuwcly....
', Pipe Casin�Spaceis _ _
I t/OJ/b3 �' . . I Stml [l id C� io� 5pucccc � � ' AAvll�� Yd I'rcnWcts nnd S� amm, inc Carhon Slwl Sp�ccrs. �4dcl St . .... . �� ...
.._.._. . . ........ ......_ .._.... ......... ....... .. :._ . ........ ......... .._..... .. _._. ....__ .._ .... :........ ........ . �,_... _...... ........
U2/DJ93 ' IStainlzs} Suel Casing Spucer AdvaneeJ PnHlums and Syamnu, ine. Sininleu S0.YISpaceq Malcl SSI ' '�
b1R2/87 � IC.�sing Spnczrs � Gucade N t�rnurks Munutacwnng Casine Spacen � ��.
__... ..... ._._ ..... .._. .__ ..... ..._. __._ _... . .._.. _.__ .____. .._.. ._... ..... .._. .._.
Ily/��/�I! '� :Stlll[�(.�)li'�Ctltiili�5��liCC � i�iF1C�11C5c':l�:ili<��It�O�:i(U[ $1�111�3Y$ICL�C3�i11�$Ufllif �'� �:�)10�1K�.:��iL�i
..Uv/�1llu �: .. . ,Coat�J)t�.�ICminSp�eccry ': . ....PiFu.�liuiS�.dundln.ulato:. ; . <o�ttlS�c�.:tCuvnS�raccn. ...... ... .. �:� l,pu�dE"<I;<^_> �
n;iiiiii i . s;;dni� � ��,�i c,t5� �, sir.,.�r _ , _ r„«�.�lii _ _ _ axi�i r;�;�C��i„nk _ _ ': �.�, ��� iri `, ^
Coatin€ s _
Prepared 2/29I2012 Page 2
CITY
OF
FORT WORTH WATER DEPARTMENT'S UPDATED:2-29�2012
STANDARD PRODUCTS LIST
Apprnxat Spec No. Classs�catiun hit�nufactucer I4Ludet No. Nakional Spec Size
izii�ioi e:���t.i�,�,ss����•��, a��,�w��.a:�i� en�Yhz�iao��,dzia�s���<,
.. _ ..
U.br1.4rU5 �� �'�,Inicn D y�le (u�n Y � � f,.n�ug '�. :namor ' t�.ic: o i01 ' �lS (A1 (f-i E7 �. I) � uL h�,r I i,n� u iv
......... � ......... ......_. ......... ..._.._ ......... ......._ ......... ..._._ ._..._ ......... ....._.. ......... ...__. ....._. ._..... ._ ...... ........
WATER '
'Pines/Vatves & Fittinas/Combination Air 2elease _
.`. ... ^ 81-I I Combmution Air Relunc Vnl�e..... ...... .... ..... ..GA t du}me..lu�. ......... . 8mpire Air und Vacuum Vdh�. \I�dc1935 AS7'\i,� 12( Cincs E3. AST\t A.�.. .. I&''".. ...
....... . .. _... ......._ ...._... _..__. .... ..... .�....... ......... ......... ....._.. .................. ......._ ......... ...._... _..... ........... .....
° I. EI-II �:CnmbinatmnA�rReleaazV3lee �� �[ui�ipiae\I�nuL�cwringCu. CnspinA�rnndV�cuumV�I�ea.MndelNo.. �'� 12',I"&?"
....... .. ..... .... .:...._. . ..._... .. ....... .. .. ..... �..... ..... .. ......... .. ....... .._.. ........ .._.... �...... . ...... ... '�... ....._.._ ..
' EI-11 CoinbinaUonAirRelwseVahe Vah•candPnnxrCoq>. APCO#143C.#HSCand#147C ...._. ....... �, t.?"&.3' ......
._... . _._ ___ ___ ...... .__.. ...__ .__ _._. .__. ___. ___ __. � .. . _..._ .. . ...
PipesNalves & Fittines/Ductile Iron Fittint*s
07/?V92 .... F.I-07 ,Ductil�IronFntines ... . . . � . . . SwrPi�Pr«iucis.hic... . . � � � \t¢hanicaUointFiUings �� A\VNACU3.Y�C�lO .
........ . ......_ ......... ......... .. ....._ ......... ........ ...._.. ..__.. ..... .. .. . ....... ......... _._.... ........ .._..... :.._.. ........ .. . ...
.' �' GI-07 '�.DuKdclronFilUaes ' GrifMPiprPraWcis.Co. '�, RlcehenicaUomtfn�ines ' AWlVAC110
_ ___._ ..___ . . .._. _ ._ .__ _. .. .. .. _. _.
... GI-l17 Ducu4 Iron brttmos ..... .... .....McK';mJI'�Icr Pi�/ Umon Utihuu Drvnion nitth�ni al Jomt Fnhnbs. SSIi CLisc J50 AN'WA C �53. C I 10. C I i t . ..
.__ ..... . ..... _.... ...... ___ .._. ....... ... ._. .. _. ._ _ _ _. ... , .. ...
OS/Id/)ft ' EI-07 iDuculelronFitiing, UmElange Serie>ISOUCircleLceAPipzRe.trainLs '�. '�..
___. .___. ..�_..- _. .__ .._. ._... ._._ ._.. ..... .__. . .__.- ____.__ ____.. ._.._ _.__ '.._. _.___. _.___
08/10l9R ' F.1-07 '.�UFttines �, Sigma.Ca Class350G153biJFiuiugs '�., A\V\VACI53 '., a"-21"
OS/Id!)ft �� GL07 ��'�.DuctdelnmJointReatraints ' Fwd�icierBoxCo. Uni�fl;meeSrricslSIN/Circle-L�x�k AN\VACI11/Cli} '� ;"mI?••
....... ._..... ........_ ..._.... .._.... .._.. _..._ .._.. ._._ ........ . .__.. _ ......... ....._ ___ ._._ ,_._. ......_ ._......
IVO)/fkF � E1-07 '�,DuctiltlmnluintResir.mns ' Onef3olLlne OneRultRestrainNJointPilting A\VWAC(II/C1Ib/C153 4"tol2"
......... . ....... . ,.. . ... .. ...._ ... .. . . . ........ . �,...... ......... ........ . .... .. . .. ......... ._.._ ._... ... ...._.. . ........ .. i... ..... _ ... . . .
0^_r>_oll^_ 33-II tl DuYdc6m�Pi�x�ith i�eUu{ntR�,tr•mm. . .... .. G64AIron.lnc, iliegtl c5aneallUR(fnrDlPipe) AVVVt'A('IIUCIIfi/Cbt 1"iu12"
�_.... ........ ......... ..._... ........ ..... .,.. ..._. ........ _.. . _._ ... . ......_ ._._.. ._..... :. _. ..._._........
02129/12 �' ii-li-Il �f'VCPq�c\7ah.�nicnUomtftestcamt ' EB4atrnn.tnc Aieg:d Aeric�20017(torPVCPi�xl .�1V\V,�('I11iCIi/z+C153 : �'[o3J„
_.._.. . ..._.. . _._... _... _._._ ....... ....... ......... ...__. ..._... , .... .. .__ ._... ....... _.._ _..._ ....._. .......
OM/OS/(}i ''�. EI-07 '�,\Ieeh:inicallointl2uaincrGlui�i. � Sigmu.Co. ;SignuOneLok�li�hanic�l)iintRe��nicer���,, A\V\YACIII/C153 �{"!0'_'3.•
, . . . . . . . . . . _ . . I3i01doc Sp.�am t Diumou� Luk 21 S )M .. . . . . .
IUl1'JIU ' GI-2l =lntori�rftctitrain�IJoimSy�hm SRI3'1'cihni.:IPn�duct. Pa_�IeL�x'9(H)) ' AST\IP-162�1 �' d'tol°..
.)B�IbRIo I:�i:r) ;'ltrcfi�.���.il.(�.�..(:i�.iiFs � .�I! IiJ �t�.i.: i leh_n. illoii I ii.nr .1\4t1'.�(I�. . � ��.L-i.,
....._. .._... ...._. ....... ........ .__. _._. ._.. ._.._ ....... . ....._. . _._. ......... __... ._.. ,....... .... _ . .....
.. ..... .. ... .. .._ :._._. . ...... . ......... ......... ........ ..... ... ......... . .. ... .. i..... . . . ........ . . ....._ ......... ........ ;.. .. .... _. . . ... ..
PipesNalves & Fittines/Resilien[ Seated Gate Vnlve* '
... .. Re.eil�ent Wedg<d O.ue Vnl�e w/no Cienrc ..... .. Anmrican Flow Cont�ol Sene. �SIH) Drm�ing 8)d-2112�77 ... .. ... .. . 16•'
..... . __. . ._ .._. _._ _. . . _._ ..._ ...... ...... . ._.. ..... _... . __ .._. ... _ ....... .......
12/13l02 ' '�,ResilrentWcxf�eG,neVah•c Americ:mfluwConiml ', Serics?SiUandSen.s2516 AR'R'AC51� 30'and36
.__ . ......... . __. .__ ..__ .__ ._.. .__ ._.. __. . ..... ._.. .._. . ..._ _... __. ..... .._.
0`�/3i%19 i ReciLent�4cdgeGnteVai�c AnwncanFla�Cnntn+l Scuc�2520S252a[SU90.20355) ..._ AWNAC515 , 20"and2d ..
.__ ..... . ._.. .._. ...... ..... ...... ..._ _._ .__ . .._. .._. ..._ , . .. .._. ,._. __ ._.
Di/13/99 �'�. �.�RrsiLentK'edgeGaizValce :\maricnnElowComml Serie.25i6SD)a-20217) '�, .\�VWACiI_� ��, �F•.
_.___ ' .____ _____ _____ _. ._... .._____ __ . ._.__ ___._. _.____ -.._.. .__ ___._. ...._. .____._ _._...
102J/IN) EI-�6 =Rasi6�ut\�cd;eGateVulce AnknuinFluvC�nlml Scric5blN1 AW\VACS(Nl J'«iIZ"
ORlOS/(}! �RcsihcnlWedguGateValve ' AmericanFlauConlml 3Y'and�3"APC�S(Rl �' AR'WACSIi � d°";md43'•
____ ....__ .._.... ...._. ...._. ...... ..._... ._..._ ......._ ....... . ......_. ......... _....... ....... ._._. I _.. ....._... _....
OS/23/)I �1 G�-2C '�.Resilient Nedge Gate \'airz ' Anxrican AVK Compuny Anmri an AVK Resil enl SendeJ GV A�1�5'A CSU9 J" tu 12"
....:_ . ......... ....._. ......... .. _..... ........ . ... ._. ......... ._ ..... . ... . ... . . .. ...._ ....... ......... ........ . ......... ;_ . .. .......... .
01/24l0_' �. EI-2C> �'�,ResilicmWedgeGaieVnke AnxricanAVKCompmiy i i ll :mJsnmller
......._ .._..... .......... ._ _ .._ ._ ... ... . . .. . .... ......... ._..._ ......... ........ ......_. ......_. ......... ... .. .. .._... ., .. ....... _...._ .
* �' EI -26 �'�,Resilicnt Seat��.l Gutc V:d��e � Kemtt�ly 1" - 12..
tt
_..._ __._ .___ ..__ ...._. ._... _.._ .__. ._._ ___ ___ .__ ..__ ._._ ...._ :._.. ___. .__.
.� �' EI�6 '�,ResilitntSeatedGateVah�e �� �ICH ' 4"-1>•'
�:` . .. Ei46 �RcsihuriScatcvlGn�eV:�rc . .. �. . . \tucllcrCo. � .. . . . . . ��, .. . . ;. � 4•, �^"
___— —_ —___— ___ __. --_. —_______ ____ .. _..._.... ...____ _ _____-- — . ____ —__._ __. _--- __- ___—___ ...._..
I1/OS/99 1R�yiliem\VedgeCrnteVnhe MuellarCo. SenesA2361(SD66-t7) AWWACi15 16"
_... . ..._. .._. ._.. _..... ...... ...... ........ ...... ........ ...... ._. ._.. . ...._ _... ,.... ........ .........
OV23/03 �' :Resflirn��VedecOnteValvc hiuellerCa. SericcA23C0forIA'-2d"(SDfi709) ' AWN'AC515 ' 24"undsmuller
.._. ..... .__ .._. ..... .._. ..._ .__ _._ _._. _... ._.. _._ _ .__ ..... .._.. ..._ _...
p:(19fR5 � ;t<esi �t v I � ��eti.•I�.t ' .9,u.arCu. `�Iu,II�rSO".k:b.C-il5 '� :;;?t,'S6 �' .`I:�a�iui6'
i.,,:,7i: ..... _ .R;;�i.ilt.d.:..(��..;I.r. ... ......... . .... ...... ... �I. ,.<<i'.�,.. ......_. , .......\��.II<i ".: ���,' l,ili.... , ..... A0.tt?iCSU �' !< ,.i�:»�:. .
OV28/N8 . . . EI-26 ResilientRedoeGa�eVnlee. . . . .. �� . . ... ... CIm�ValveCo .... ... ... . .... . ..... .. .. .. . .. . �'. A\VWAC509 ... A"-12'
___. . .___ .___. ___ _.._. _.. ..... ._.... .__ ._._ ._._ __.. ___. . __... _.._. ,._.. __.. .........
10/(U/Yl �I . ,Resiirnt Wc�tge Gnte Valre. . .. .. . . .. �. . . CI � Vake Co. �, 16' RS GV (SD D �(IY951 �: . . AP'N'A C515 ��; 16"
IUOtlI'J`I '�, F:IC6 �,Resil�entWttlgeGuteValce '. CIm�VaheCo. CImrRWV�I�eISDD-21652) AWWACSIi >_J"�ndtimuller
._... ..._. ___ .._.. ..__ ......... ........ ......_. ..._... _._.. __... .. ..... __. ..... ...... ..... ._......
47139/FN �' �'�.Re,itierit-�Vc�lgeGatr�Fre Nwc<3> � f-lew-uxWe-Fcr. 67w�F1"-Fr3G'-E3}3 :NV�W>4�Eii5 3fF'-x�nH/r'
.._. _.... . ..... .__ _... ..._. _..... .__ ._.. ....... . ....... _..... ....._ ..._ ._.. ,..... _._. ......
06iZ1/�0 ' '�BasilVentWed��cGateVah�c Cio�c\':ihcCo CIoaV,ilv.Ma1�i26_8 ' AlY\\'ACSIS ±0^tu.75"
_... , .._. ..._ .__ .__ .._. __. ..__. ___ _... ....... ..._ ._.. . .._. _._ _.... __. ......
OS/OS/91 ' EI-26 '��.Rr.iliemSe:unlGuteValve � StcekhumVaives&Pittings '�.n�v�eAc;�r�.aysuzo.�i.��,.:�tir�i-: y. ��^
.______. .___.__ �___ ..... __..__._ ._.__.__ . . _- ._______ . ___ . ___. . . ._._ '______. ._._. .. _.___ ___._.
° Eii-2G '�Re}ihentS�andGaieVahe �. U.S.Pipe.mdFoundryC<. �Ie�r wLSn,nqmrcnunubPLa7a i^IoIG.•
._._ . ___. __.. .__. .__. ._... ........ ..._ ........ .._.. ___ ..__ .._. .__. __... ':.._. .... . ........
'Pipes/Valves & Fittines/Rubber Seated ButtertikVa(ve' ' '
x._... �^ GL30 RublxrSeatediiwterFlyVahe___.. .___. .__ ._HenryPraltCo. .._. . .._. ..._ _... . .._. AWWAGSl41 .. 2J.._. .
._.._. ......_. _.._... ......... ._.._.. ..._... ...._.. _...... _.__. ._..._ ._...... ....._ ......... .._.... _:_. .__..... _...... .. _....
' �' E1-30 �IRubFerScatnl6uUerih�Valre A1ue11erCo. I Aq�\YAG501 2�'
V I I/99 �' L1-30 �IRubber ScateA 6uttedle Vah�c � DczuriA Vuh�cs Co. ' ' Aq'�YA GSIU 24" md lurgcr
._..... .._.... ....... .._... ...._ __. _.._ ___ ___ _.._ . _..._. ._..... ._.... _...... _..... s_. ......... ._....
06/I'l113 ' E130 IVulmatic e\merican �utterfly Vulre � Vahnatic V:�h�e nnd 1lanufacturing Corp. Valma�ic Anxrican 6utrerfly V.ikz. ' AW1VA Gi(41 Up Io H�i" diameter
......... . .. ....... ........ ... ...... . .. ....... .. .. . . ..,. . .. .. . .. .... ..._... ... ... .. . ........ ....... ..... .. . d . . . . ........ .I. . ..._..... .. .
U1JU(+/07 ' EI-30 �IRuhixrSeatitiBuvertlyV;ilcc \flH\+olre �fAHS�vlo�istx)hIJiO ' 4\P\\'AC-SOd ' 3d"tn.lfr.•
...... ._... :.... _. ...... .. ......... ......... � ....... . . ... .... ... .... .. . .. .. ... . . ...... .. ....... .... .. ........ ... ...... .�5.. ................ .
.Stt[Tl�l�lflg, $I1I1011 , '�
_ j/I_>/9G . . .W.n Snmphng Sta�ion . _ .. ... .. . .. .. . . , .... .... .... . Watcr Plus.. .... .. . .. . . .. 6211 W.n�r Sany 1 nE Svmon_ , ...... ... . .. ... ��, . . _ . .. .. . .
.__ .._. ..... .__. _... ..... .._. ..... __... ..... ._.. ..__. .__ . _... .__ ...... ..... .._.
._ .... . ......... ....._ _....... ......... ._..... l__.. ._..... ....._.. ...._... . ._..... ..._.. ..._.. ......... .__... �',.. ._.... .._...
Dry Barrel Fire Hydrants '
-- . ._ . .
10(01/87 E-I 12 ;DryBaaxlF�mH�Ar.�nt AmeraenDadingVahe Dro�ingNm.4p-I860N,9d-IR560 AW\YAC-$Il�
. . . . . . ... . . . ... . . .. .. . .. .... . . ... . . .. ..... . . ... .. .. . . .: .
03/3IBfr ' H-LI? 'Dq� liartcl F�rc N��dram � Amcncm Durling Vnive SIi �p Dra��mg No.9d IR791 AR'NA G502
._.. _.._ _... ..._ .__ .__ ..... ..... ..... ..... ..._ _.. ..... _... _._.. .._.. ..... ._..
09/]0/37 L'-1 I2 Dry Bartel Firo Hydrant ........ ........ ..... CI u Cuqrum�iun ....._. __.. .SI p D m�me Nu. D 19R95._. ._..... AW WA G�D? . ._._. ._..
........ ......... .... ._. . ... ._.... .__. . .. ._:.... .._ . ......_. 1._. ..
01/IJ93 E-I 12 .Dry6nrrdF�rcHydnmt ' Antt.ncnnAVKCump�ny Dl�del27(HI AWN.\C-i02
Utt/14/S4 � G.j.i2 ,Dryllum�IPirrH}drant.. . . . ... . .. . ..ClowCorpumtiun . ....... ...Dr:nvinetD2W35.D21}l3fi.U20506 ...... AWNAG5p2 ' ... . .... .. ....
.......... :.. ..... ._ . .�... ...._... ..... ........ . .. . . ..I. . .. .. ..... ............ ... . ......... .. ....... .....r. �,... . ... ......... I........ ... .. .. ...
F;- I IZ Dry IIa`reI Fin� Hrdr�nt Il'P Kennedy Vahc Sh<p �r�umg No. D 807N3EW AW\YA CS02 �. ....
...._ ... . ......... �,...... ...... . ....._ ........ ....... _...... ._.... ........ _.... .. ...... ........ ... ...._ ......... '�,... ._..... ... . .
fN/2d/87 L-112 DryB�rmlP�nHydmnt . M&HV.d�cCompnny SlmpDrai�mQ.Nn.l3d7( AWWAG502
.._.. ..._... .... ...... ..... . .. . . .. . .... . ..... _.... . _. ....... ....... .. ._..... ....... ....... ..... ....... .. ... .. .
I I '�, Shop Drmvings Yo. bd(1 '. ��..
10/14/R7 E-1 l^_ DryllarmlFireNydmm \t �IterCnmp,m� Ad'_�Cenlurion A\YWAG502 .
..._ . ._... . . _. ..._ .__ .__ _... __. ._.. .__. __.. ._.. _._. . .... ..__ ._.. ._..
'� ' . ShupUmaingPH-I2 '
01/�5lM8 EI 12 iDryU,�rnlfircH�dram � 4luclicrCompnny ; Aa^_3SuperCenlunun200 �� AWWAC-502
IOI(ri/37 &I-12 ':Dry Dnml firr Hydreut ' li.S. Pqx S Foundry . Shop Dmr�vn� No 910250 iUVWAUS(C .
_._.. ..._ . .._. ___.. _._ ..... .._. ._... ..__. ._.. . . ..... _ . _.__ _... _._ ..._ __. __.
09/16/R7 E-1 I^_ .Ur�•6arrelFireHy<Ir.mi N�t imConp�n) ShnpDr�wingNo.SK7a0303 AWWAG502
......... . ......... �..... ._.. ......._ .._._ ....... ........ _ . ....._. ....._. ........ ....._. ......... ......._ 'y.... ......... ........
. . "�. WiIICf Fi�UClCf18RCCti . . . . . . . . . .. . . .. . . . ...... . . . .. .. ..... . . ... .. .. .... . .. . . . . .. . . . .. . .. . . . .
OS/ptl/02 ... . GL 18A I Placti� Afetcr Iio�es .. .... ..... . . �. .. F.;�.t JorJan lron NurAti. inc... . . . . ... . 11cicr f3oz (Plastic) w/ CI lid . ... . ..... ... . . CLiss A, ll. C
OS/28/02 �'. �I Dnuble Strap Suddlc Smtlh I31uir N317 Cua0.w1 D�wi. Ic Slnp SeAdlc , :
......... . ... . . .... ,........ ......... .. .. . . _ . . .. ._. ._. .. . .. . _ .... . ........ .. ....... . ........ ....... ..... ... .. . . ... . . . ...... ... ......... .... . ... .
Ol/?6/1� ��.SS 7 ppin, Saddlc 1C\I I dustnas, Inc. #4l1( Ikmblc Ba i 1 SS SaJdlc 1 ta I^.. u�ps
UI/iU/01 . ..... 'PuppmES,�ddic....- ..... -.... ..... JC6LInduqncti.6ic. ..... . ..#405Goa0.•dTappin�Saddle... ..... ..... . I toli"tap�
05110/II ITuppmgSlc«r(Stnadc,sSutp � F�vcr'r.d iJ40AS�Ilmgrl&?�t90.\U � 4 ri..;mdlF.
OL:9ll2 zt-(^_2� T:�pfu�Sirn�c(CoatalStaYO. .. .. .... Runvm.... .... .... Ff52�0 ... .. ,AriN'A<'.2_9 -....CpioJ2'aCJ'Ou6
0'_r2p/I^_ � t3�i2'S �I-I'a,+in Sl�tic�iSi.ivd�,.Stt�U... .... ..... ..... Rmnuc..... ..... . _.. SS7Staiule.sS141 ._.. ..._ �U\\YAC-^_'� ._U tu2Y��r21^_'qul...
Prepared 2/29/2012 Page 3
CITY
OF
FORT WORTH WATER DEPARTMENT'S UPDATED:2-292012
STANDARD PRODUCTS LIST
Prepared 2/2912012 Page 4